Search IDVs

FA853325D0011

Indefinite Delivery Contract

Overview

Government Description
Automatic Test Systems Acquisition-I (ATSA-I) is a multiple award 10-YEAR Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Automatic Test Systems (ATS) division at Robins Air Force Base (RAFB), Georgia, to support and sustain the full life cycle of legacy items and future requirements of commercial and noncommercial products and services. The contract covers a broad range of ATS-related activities, including test requirements analysis, design, research and development, production, installation, integration, test and evaluation, data mining, collection, and analysis, database generation and management, modification, sustainment, modernization, and technology insertion to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), as well as systems and architecture design. Work will be performed to support multiple ATS across the Department of Defense, including the United States Air Force (USAF), USAF Reserve (USAF-R), Air National Guard (ANG), joint warfighter, and Foreign Military Sales (FMS), with delivery to the Air Force life cycle management center at Warner Robins - Air Logistics Complex (WR-ALC), GA. The contract includes both commercial and noncommercial requirements, with work executed through individual orders supporting a variety of platforms and users.
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$100,000,000
Vehicle Ceiling
$980,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Alexandria, Virginia 22310 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
DCS Corporation was awarded Indefinite Delivery Contract FA853325D0011 (FA8533-25-D-0011) by Air Force Materiel Command in September 2025. The IDC has a duration of 10 years and was awarded through solicitation Automatic Test Systems Acquisition - I (ATSA-I) full & open with NAICS 336413 and PSC 4920 via direct negotiation acquisition procedures with 38 bids received. To date, $1,000 has been obligated through this vehicle. The total ceiling is $980,000,000, of which 0% has been used. The vehicle was awarded through Automatic Test Systems Acquisition - I (ATSA-I).

DOD Announcements

Sep 2025: ABL Technologies LLC, Madison, Alabama (FA8533-25-D-0001); Advanced Testing Technologies Inc., Hauppauge, New York (FA8533-25-D-0002); Aging Aircraft Consulting LLC, doing business as Aging Aircraft Solutions, Warner Robins, Georgia (FA8533-25-D-0003); Atec Inc., Stafford, Texas (FA8533-25-D-0005); Atlantic Diving Supply Inc., doing business as ADS, Inc., Virginia Beach, Virgina (FA8533-25-D-0006); BAE Systems Information & Electronic Systems Integration Inc., San Diego, California (FA8533-25-D-0007); Black Dog Solutions LLC, Branchville, New Jersey (FA8533-25-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (FA8533-25-D-0009); CACI Inc. - Federal, Chantilly, Virginia (FA8533-25-D-0010); DCS Corp., Alexandria, Virginia (FA8533-25-D-0011); E-Spectrum Technologies, San Antonio, Texas (FA8533-25-D-0013); Innovation Defense Technologies LLC, Arlington, Virginia (FA8533-25-D-0014); KIHOMAC Inc., Reston, Virginia (FA8533-25-D-0015); Lockheed Martin Rotary and Mission Systems, Orlando, Florida (FA8533-25-D-0016); LogiSys Technical Services Inc., Huntsville, Alabama (FA8533-25-D-0017); Marvin Test Solutions Inc., Irvine, California (FA8533-25-D-0018); Northrop Grumman Systems Corp., Warner Robins, Georgia (FA8533-25-D-0019); Orbis Sibro Inc., Charleston, South Carolina (FA8533-25-D-0020); Peraton Inc., Herndon, Virginia (FA8533-25-D-0021); Photon sbFlux LLC, Huntsville, Alabama (FA8533-25-D-0022); Science and Engineering Services LLC, Huntsville, Alabama (FA8533-25-D-0023); Southwest Research Institute, San Antonio, Texas (FA8533-25-D-0024); Teradyne Inc., North Reading, Massachusetts (FA8533-25-D-00025); Testeract LLC, Draper, Utah (FA8533-25-D-0026); Tevet, LLC, Greeneville, Tennessee (FA8533-25-D-0027), Textron Systems Corp., Hunt Valley, Maryland (FA8533-25-D-0028); The Boeing Co., St. Louis, Missouri (FA8533-25-D-0029); Tyonek Engineering & Agile Manufacturing LLC, Warner Robins, Georgia (FA8533-25-D-0031); Universal Technical Resource Services Inc., Marlton, New Jersey (FA8533-25-D-0032); Vertex Modernization and Sustainment LLC, Indianapolis, Indiana (FA8533-25-D-0033); WesTest Engineering Corp., Layton, Utah (FA8533-25-D-0034); WilliamsRDM Inc., Fort Worth, Texas (FA8533-25-D-0035); and X Technologies Inc., San Antonio, Texas (FA8533-25-D-0036), were awarded a combined $980,000,000 ceiling indefinite-delivery/indefinite-quantity and multiple award contract for Automatic Test Systems (ATS) Acquisition-I. This contract provides for rapid support and sustainment of the full life cycle of legacy items and future requirements of commercial and non-commercial products and services of the ATSA-I division's portfolio. Work will be performed through identified

Status
(Open)

Modified 9/18/25
Period of Performance
9/17/25
Start Date
9/18/35
Ordering Period End Date
5.0% Complete

Task Order Obligations
$1.0K
Total Obligated
$1.0K
Current Award
$1.0K
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA853325D0011

Contracts

-

Subcontracts

-

Contract Awards

Prime task orders awarded under FA853325D0011

Subcontract Awards

Disclosed subcontracts for FA853325D0011

Opportunity Lifecycle

Procurement history for FA853325D0011

Transaction History

Modifications to FA853325D0011

People

Suggested agency contacts for FA853325D0011

Competition

Number of Bidders
38
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
FJS8P9C6B368
Awardee CAGE
1P418
Agency Detail
Awarding Office
FA8533 FA8533 AFLCMC ROKB
Funding Office
F3QCDJ F3QCDJ AFSC SW ROBINS
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 9/18/25