FA853425D0003
Indefinite Delivery Contract
Overview
Government Description
TUNNER LOADER SUPPORT
Awardee
Awarding / Funding Agency
Pricing
Fixed Price Incentive
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$220,846,784 (14% Used)
Related Opportunity
Analysis Notes
Sole Source This IDC was awarded sole source to DRS Sustainment Systems because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
DRS Sustainment Systems was awarded
Indefinite Delivery Contract FA853425D0003 (FA8534-25-D-0003)
by
AFLCMC Robins AFB
for Tunner Loader Support
in June 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Tunner Aircraft Cargo Loader (ACL) Bridge
full & open
with
NAICS 333924 and
PSC 3930
via sole source acquisition procedures with 1 bid received.
To date, $31,674,718 has been obligated through this vehicle.
The total ceiling is $220,846,784, of which 14% has been used.
DOD Announcements
Jul 2025:
DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $51,732,837 fixed-price incentive, indefinite-delivery requirements contract for overhaul of the Tunner Aircraft Cargo Loader. This contract provides for overhaul, unscheduled depot level maintenance and power pack unit overhaul for the Tunner Aircraft Cargo Loader. Work will be performed in Bridgeton, Missouri and is expected to be completed by June 29, 2030. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-25-D-0003). (Awarded June 30, 2025)
Status
(Open)
Modified 7/2/25
Period of Performance
6/29/25
Start Date
6/29/30
Ordering Period End Date
Task Order Obligations
$31.7M
Total Obligated
$31.7M
Current Award
$31.7M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA853425D0003
$-
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 FA853425D0003
Subcontract Awards
Disclosed subcontracts for FA853425D0003
Opportunity Lifecycle
Procurement history for FA853425D0003
Transaction History
Modifications to FA853425D0003
People
Suggested agency contacts for FA853425D0003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
FG7HKV9NTDK5
Awardee CAGE
98255
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
Materials, Supplies, Articles & Equipment
Awardee District
MO-01
Senators
Joshua Hawley
Eric Schmitt
Eric Schmitt
Representative
Cori Bush
Last Modified: 7/2/25