FA857522D0002
Indefinite Delivery Contract
Overview
Government Description
REPUBLIC OF KOREA AIR FORCE (ROKAF) SECONDARY POWER SYSTEM, JET FUELSTARTER (JFS), GENERATOR CONTROL UNIT (GCU), ORGANIZATIONAL TESTERS, INTERMEDIATE TESTER, AND DEPOT TEST CELL
Awardee
Awarding Agency
PSC
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$1,763,957 (>100% Used)
Related Opportunity
FA857522R0001
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Georgia 31008 United States.
Sole Source This IDC was awarded sole source to S & K Logistics Services because due to the requirements of an international agreement.
Ceiling Exceeded Total obligated funds of $6,709,460 has exceeded the reported contract ceiling of $1,763,958. 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.
Sole Source This IDC was awarded sole source to S & K Logistics Services because due to the requirements of an international agreement.
Ceiling Exceeded Total obligated funds of $6,709,460 has exceeded the reported contract ceiling of $1,763,958. 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.
S & K Logistics Services was awarded
Indefinite Delivery Contract FA857522D0002 (FA8575-22-D-0002)
by
Warner Robins Air Logistics Complex
for Republic Of Korea Air Force (ROKAF) Secondary Power System, Jet Fuelstarter (JFS), Generator Control Unit (GCU), Organizational Testers, Intermediate Tester, And Depot Test Cell
in April 2022.
The IDC
has a duration of 3 years and
was awarded
full & open
with
NAICS 336413 and
PSC 5865
via sole source acquisition procedures with 1 bid received.
To date, $6,709,460 has been obligated through this vehicle.
The total ceiling is $1,763,957, of which 101% has been used.
Status
(Complete)
Modified 10/16/24
Period of Performance
4/20/22
Start Date
4/20/25
Ordering Period End Date
Task Order Obligations
$6.7M
Total Obligated
$6.7M
Current Award
$6.7M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA857522D0002
$-
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 FA857522D0002
Subcontract Awards
Disclosed subcontracts for FA857522D0002
Transaction History
Modifications to FA857522D0002
People
Suggested agency contacts for FA857522D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
International Agreement
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
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
W9B4NSG9B7K9
Awardee CAGE
6DXD0
Agency Detail
Awarding Office
FA8505 FA8505 AFLCMC WAQKB
Funding Office
F3QCBS F3QCBS AFLCMC WAQ RAFB FMS
Created By
acps5700_afmc_robins1
Last Modified By
delayna.heisig@us.af.mil
Approved By
acps5700_afmc_robins1
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
MT-01
Senators
Jon Tester
Steve Daines
Steve Daines
Representative
Ryan Zinke
Last Modified: 10/16/24