Search IDVs

FA857121D0001

Indefinite Delivery Contract

Overview

Government Description
THIS REQUIREMENT IS FOR THE PROCUREMENT OF KITS, REQUIRED TO ASSEMBLE VDATS, IN ACCORDANCE WITH THE ATTACHED KIT CONFIGURATION LISTS AND THE QUANTITY PURCHASE AGREEMENT.
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$248,402,210 (23% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Warner Robins, Georgia 31098 United States.
Sole Source This IDC was awarded sole source to Teradyne because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 09/24/21 to 12/31/25 and the Vehicle Ceiling has increased 216% from $78,561,887 to $248,402,210.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Teradyne was awarded Indefinite Delivery Contract FA857121D0001 (FA8571-21-D-0001) by Warner Robins Air Logistics Complex for This Requirement Is For The Procurement Of Kits, Required To Assemble Vdats, In Accordance With The Attached Kit Configuration Lists And The Quantity Purchase Agreement. in January 2021. The IDC has a duration of 4 years 10 months and was awarded through solicitation Teradyne Kits for VDATS full & open with NAICS 334515 and PSC 4920 via sole source acquisition procedures with 1 bid received. To date, $58,166,113 has been obligated through this vehicle. The total ceiling is $248,402,210, of which 23% has been used.

DOD Announcements

Jan 2021: Teradyne Inc., North Reading, Massachusetts, has been awarded a $78,232,776 firm-fixed-price requirements contract for the purchase of Versatile Diagnostic Automatic Test Station (VDATS) kits.  The VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology.  The VDATS consists of standardized, commercially available test equipment, components and software.  There are two configurations of VDATS, the Digital Analog (DA)-1 and DA-2.  Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F16, F-22, H-53, H-60, KC-135 MC-4, MQ-9, Navy ships and UH-1 weapon systems.  This contract will consist of five ordering periods with a period of performance of Feb. 1 2021, through Dec. 31, 2025, and work will be performed in North Reading, Massachusetts.  No funds are being obligated at the time of award.  Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0001).

Status
(Open)

Modified 12/3/24
Period of Performance
1/31/21
Start Date
12/31/25
Ordering Period End Date
95.0% Complete

Task Order Obligations
$58.2M
Total Obligated
$58.2M
Current Award
$58.2M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA857121D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA857121D0001

$-

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 FA857121D0001

Subcontract Awards

Disclosed subcontracts for FA857121D0001

Opportunity Lifecycle

Procurement history for FA857121D0001

Transaction History

Modifications to FA857121D0001

People

Suggested agency contacts for FA857121D0001

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
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
MXAYK8PM3D99
Awardee CAGE
23350
Agency Detail
Awarding Office
FA8571 FA8571 MAINT CONTRACTING AFSC PZIM
Funding Office
F3QCCM F3QCCM WR ALC OBCA
Created By
deanna.thompson.3@us.af.mil
Last Modified By
deanna.thompson.3@us.af.mil
Approved By
deanna.thompson.3@us.af.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
MA-06
Senators
Edward Markey
Elizabeth Warren
Representative
Seth Moulton
Last Modified: 12/3/24