FA853422D0001
Indefinite Delivery Contract
Overview
Government Description
CLASS A - TRUCK MOUNTED AND CLASS B - EXTENDED REACH DEICER TRUCKS
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$69,370,648 (47% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Kansas 66061 United States.
Amendment Since initial award the Vehicle Ceiling has increased 103% from $34,146,191 to $69,370,648.
Amendment Since initial award the Vehicle Ceiling has increased 103% from $34,146,191 to $69,370,648.
Global Ground Support was awarded
Indefinite Delivery Contract FA853422D0001 (FA8534-22-D-0001)
by
AFLCMC Robins AFB
for Class A - Truck Mounted And Class B - Extended Reach Deicer Trucks
in October 2021.
The IDC
has a duration of 6 years and
was awarded
through solicitation DEICER Trucks
with a Small Business Total set aside
with
NAICS 336212 and
PSC 1730
via direct negotiation acquisition procedures with 1 bid received.
To date, $36,579,078 has been obligated through this vehicle.
The total ceiling is $69,370,648, of which 47% has been used.
As of today, the IDC has a total reported backlog of $4,287,356 and funded backlog of $4,287,356.
DOD Announcements
Oct 2021:
Global Ground Support LLC, Olathe, Kansas, has been awarded a $34,146,191 indefinite-delivery/indefinite-quantity, firm-fixed-price requirements type contract for truck mounted and extended reach aircraft deicers. Work will be performed in Olathe, Kansas, and is expected to be completed by Oct. 21, 2027. This contract was a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-22-D-0001).
Status
(Open)
Modified 8/28/25
Period of Performance
10/21/21
Start Date
10/21/27
Ordering Period End Date
Task Order Obligations and Backlog
$32.3M
Total Obligated
$36.6M
Current Award
$36.6M
Potential Award
$4.3M
Funded Backlog
$4.3M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA853422D0001
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
Contract Awards
Prime task orders awarded under FA853422D0001
Subcontract Awards
Disclosed subcontracts for FA853422D0001
Opportunity Lifecycle
Procurement history for FA853422D0001
Transaction History
Modifications to FA853422D0001
People
Suggested agency contacts for FA853422D0001
Competition
Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
KW7LGKD89U51
Awardee CAGE
1B1P0
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
delayna.heisig@us.af.mil
Approved By
acps5700_afmc_robins1
Legislative
Legislative Mandates
None Applicable
Awardee District
KS-03
Senators
Jerry Moran
Roger Marshall
Roger Marshall
Representative
Sharice Davids
Last Modified: 8/28/25