FA853921D0003
Indefinite Delivery Contract
Overview
Government Description
Section 889 repair components of ASQ-184 and AYQ-10 central fire control computers. Includes providing repair services for the fire control computers used by the B-52 AYQ-10 and B-1 ASQ-184 systems, including all tasks required for planning, testing, and support to return unserviceable, exchangeable units to a serviceable condition for return to Air Force supply. This effort also encompasses all labor, material, quality systems, services, facilities, and replacement parts necessary to restore unserviceable assets to serviceable condition, along with the necessary engineering support to investigate deficiency reports for non-performing items for the sustainment of the ASQ-184 and AYQ-10 systems.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$2,350,641 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Owego, New York 13827 United States.
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ceiling Exceeded Total obligated funds of $2,979,326 has exceeded the reported contract ceiling of $2,350,641. 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.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ceiling Exceeded Total obligated funds of $2,979,326 has exceeded the reported contract ceiling of $2,350,641. 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.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Lockheed Martin Corporation was awarded
Indefinite Delivery Contract FA853921D0003 (FA8539-21-D-0003)
by
Air Force Sustainment Center
for ASQ-184/AYQ-10 Fire Control Computer Repair
in December 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation Repair of Fire Control Computers on the ASQ-184/AYQ-10 Systems
full & open
with
NAICS 811213 and
PSC J012
via sole source acquisition procedures with 1 bid received.
To date, $3,908,829 has been obligated through this vehicle.
The total ceiling is $2,350,641, of which 101% has been used.
As of today, the IDC has a total reported backlog of $929,503 and funded backlog of $929,503.
Status
(Complete)
Modified 9/17/25
Period of Performance
12/3/20
Start Date
12/3/25
Ordering Period End Date
Task Order Obligations and Backlog
$3.0M
Total Obligated
$3.9M
Current Award
$3.9M
Potential Award
$929.5K
Funded Backlog
$929.5K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA853921D0003
$-
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 FA853921D0003
Subcontract Awards
Disclosed subcontracts for FA853921D0003
Opportunity Lifecycle
Procurement history for FA853921D0003
Transaction History
Modifications to FA853921D0003
People
Suggested agency contacts for FA853921D0003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
HJP4JZG1FUL9
Awardee CAGE
03640
Agency Detail
Awarding Office
FA8539 FA8539 AFSC PZABA
Funding Office
F3QL02 F3QL02 407 SCMS
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1
Legislative
Legislative Mandates
Labor Standards
Awardee District
NY-23
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Nickolas Langworthy
Last Modified: 9/17/25