Search IDVs

FA853419D0003

Indefinite Delivery Contract

Overview

Government Description
Noise suppressor system repair and sustainment. This work includes the repair, refurbishment, and/or relocation of United States Air Force (USAF) noise suppressors (commonly known as hush houses), including models A-18, T-4, T-9, T-10, T-11, T-12, and the T-10 enclosure for T-56 engines. Tasks involve conducting mechanical, electrical, and other repairs and installations on 127 USAF noise suppressor systems worldwide to maintain operational capability, with repairs performed on location and refurbishment conducted off-site as needed. The contractor is also required to deliver Technical Orders (T.O.) and Technical Data Packages (T.D.P.) to the government.
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$247,431,546 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Sealy, Texas 77474 United States.
Ceiling Exceeded Total obligated funds of $307,658,922 has exceeded the reported contract ceiling of $247,431,546. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Recompete The following similar solicitation(s) may continue aspects of this idv: Industry Day Announcement, Portland Seismic Retrofit at VA Medical Center
Amendment Since initial award the Ordering Period End Date was shortened from 11/06/27 to 05/06/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Vital Link was awarded Indefinite Delivery Contract FA853419D0003 (FA8534-19-D-0003) by AFLCMC Robins AFB for Noise Suppressor System Repair and Sustainment Contract in May 2019. The IDC has a duration of 7 years and was awarded through solicitation Repair, Refurbishment, and/or Relocation of USAF Noise Suppressors (commonly known as Hush Houses) full & open with NAICS 811310 and PSC J017 via direct negotiation acquisition procedures with 1 bid received. To date, $307,658,922 has been obligated through this vehicle with a potential value of all existing task orders of $307,658,922. The total ceiling is $247,431,546, of which 101% has been used. As of today, the IDC has a total reported backlog of $0.

DOD Announcements

May 2019: Vital Link Inc., Sealy, Texas, has been awarded a $228,843,057 indefinite-delivery requirements contract for the sustainment of Air Force noise suppressors. This contract provides for the repair, refurbishment and relocation of noise suppressors. Work will be performed at Air Force locations worldwide, and is expected to be complete by Nov. 5, 2029. This award is the result of a competitive acquisition and one offer was received. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-19-D-0003).

Status
(Complete)

Modified 5/5/25
Period of Performance
5/6/19
Start Date
5/6/26
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$307.7M
Total Obligated
$307.7M
Current Award
$307.7M
Potential Award
100% Funded
$0.0
Funded Backlog
$0.0
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA853419D0003

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA853419D0003

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating
Year Contracts Subcontracts Grants Subgrants


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA853419D0003

Subcontract Awards

Disclosed subcontracts for FA853419D0003

Opportunity Lifecycle

Procurement history for FA853419D0003

Transaction History

Modifications to FA853419D0003

People

Suggested agency contacts for FA853419D0003

Competition

Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
N7BRH2HVJFY7
Awardee CAGE
0ZV99
Agency Detail
Awarding Office
FA8534 FA8534 AFLCMC WNKAC
Funding Office
F3QCDK F3QCDK AFLCMC ROZ SPT EQUIP VEH
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Awardee District
TX-10
Senators
John Cornyn
Ted Cruz
Representative
Michael McCaul

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Air National Guard (057-3840) Department of Defense-Military Operation and maintenance of equipment (25.7) $27,736,132 55%
Operation and Maintenance, Air Force (057-3400) Department of Defense-Military Operation and maintenance of equipment (25.7) $23,034,034 45%
Last Modified: 5/5/25