FA862621D0001
Indefinite Delivery Contract
Overview
Government Description
Pratt & whitney component improvement program 2020 IDIQ provides for the Component Improvement Program (CIP) for aircraft engines. Includes establishing a prioritized list of projects each calendar year to develop engineering changes to the engines, develop organizational, intermediate, and depot level repairs as needed, and design modifications to existing support equipment as well as initiate new support equipment designs as required by engine driven changes. The program also supports resolving service-revealed deficiencies and maintaining or extending the life limits of aircraft engines, specifically including work on F100, F119, and TF33 engine models.
Awardee
Awarding Agency
Funding Agency
PSC
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$453,057,000
Vehicle Ceiling
$453,057,000 (55% Used)
Related Opportunity
FA862620R0001
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: East Hartford, Connecticut 6118 United States.
Sole Source This IDC was awarded sole source to RTX Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
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 RTX Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
RTX Corporation was awarded
Indefinite Delivery Contract FA862621D0001 (FA8626-21-D-0001)
by
Lifecycle Management Center
for Pratt & Whitney Component Improvement Program 2020 IDIQ
in November 2020.
The IDC
has a duration of 7 years 1 months and
was awarded
full & open
with
NAICS 541715 and
PSC AC13
via sole source acquisition procedures with 1 bid received.
To date, $284,871,244 has been obligated through this vehicle with a potential value of all existing task orders of $395,460,365.
The total ceiling is $453,057,000, of which 55% has been used.
As of today, the IDC has a total reported backlog of $146,918,310 and funded backlog of $36,329,189.
DOD Announcements
Nov 2020:
Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $453,057,000 indefinite-delivery/indefinite-quantity contract for the aircraft engine Component Improvement Program. This contract provides for the following work: the Component Improvement Program establishes prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engines. Work will be performed in East Hartford, Connecticut, and is expected to be completed Dec. 31, 2029. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $557,347 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 (FA8626-21-D-0001).
Status
(Open)
Modified 11/25/25
Period of Performance
11/24/20
Start Date
12/31/27
Ordering Period End Date
Task Order Obligations and Backlog
$248.5M
Total Obligated
$284.9M
Current Award
$395.5M
Potential Award
$36.3M
Funded Backlog
$146.9M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA862621D0001
$-
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 FA862621D0001
Subcontract Awards
Disclosed subcontracts for FA862621D0001
Transaction History
Modifications to FA862621D0001
People
Suggested agency contacts for FA862621D0001
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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
QN1BCFY7JDJ5
Awardee CAGE
52661
Agency Detail
Awarding Office
FA8626 FA8626 AFLCMC LPAK
Funding Office
F4FDCJ F4FDCJ AFLCMC LPF
Created By
jennifer.baxter.2@us.af.mil
Last Modified By
jennifer.baxter.2@us.af.mil
Approved By
jennifer.baxter.2@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CT-01
Senators
Richard Blumenthal
Christopher Murphy
Christopher Murphy
Representative
John Larson
Last Modified: 11/25/25