FA860619D0031
Indefinite Delivery Contract
Overview
Government Description
Vendor established for future purchases of commercial items: apparel, optical instruments/lenses, surgical appliances/supplies, textile/rubber/plastic/leather products, communications/aircraft/auxiliary equipment
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$950,000,000
Vehicle Ceiling
$950,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia United States.
Amendment Since initial award the Ordering Period End Date was shortened from 08/08/29 to 08/13/26.
Amendment Since initial award the Ordering Period End Date was shortened from 08/08/29 to 08/13/26.
Aerial Machine & Tool Corporation was awarded
Indefinite Delivery Contract FA860619D0031 (FA8606-19-D-0031)
by
Lifecycle Management Center
in August 2019.
The IDC
has a duration of 7 years and
was awarded
through solicitation Try-Decide-Buy (TDB) IDIQ RFP
full & open
with
NAICS 315990 and
PSC 8475
via direct negotiation acquisition procedures with 12 bids received.
To date, $43,020 has been obligated through this vehicle.
The total ceiling is $950,000,000, of which 0% has been used.
The vehicle was awarded through Try Decide Buy (TDB) IDIQ.
DOD Announcements
Aug 2019:
Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Open)
Modified 12/15/25
Period of Performance
8/11/19
Start Date
8/13/26
Ordering Period End Date
Task Order Obligations
$43.0K
Total Obligated
$43.0K
Current Award
$43.0K
Potential Award
Award Hierarchy
Vehicle
Indefinite Delivery Contract
FA860619D0031
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA860619D0031
$-
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 FA860619D0031
Subcontract Awards
Disclosed subcontracts for FA860619D0031
Opportunity Lifecycle
Procurement history for FA860619D0031
Transaction History
Modifications to FA860619D0031
People
Suggested agency contacts for FA860619D0031
Competition
Number of Bidders
12
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
HZLME6BJT2E6
Awardee CAGE
70133
Agency Detail
Awarding Office
FA8606 FA8606 AFLCMC ROUK HS AFLCMC/ROUK
Funding Office
F4FDAL F4FDAL AFLCMC WNU
Created By
jordan.lindley@us.af.mil
Last Modified By
joseph.derevage.1@us.af.mil
Approved By
jordan.lindley@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-09
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
H. Griffith
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $42,020 | 98% |
Last Modified: 12/15/25