FA862622D0010
Indefinite Delivery Contract
Overview
Government Description
GE NGAP PROTOTYPING IDIQ
Awardee
Awarding Agency
Funding Agency
PSC
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$3,500,000,000 (16% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cincinnati, Ohio 45215 United States.
Amendment Since initial award the Ordering Period End Date was extended from 06/30/23 to 06/30/27 and the Vehicle Ceiling has increased 259% from $975,000,000 to $3,500,000,000.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 06/30/23 to 06/30/27 and the Vehicle Ceiling has increased 259% from $975,000,000 to $3,500,000,000.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
General Electric Company was awarded
Indefinite Delivery Contract FA862622D0010 (FA8626-22-D-0010)
by
Lifecycle Management Center
for Ge Ngap Prototyping Idiq
in June 2022.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 336412 and
PSC AC15
via direct negotiation acquisition procedures with 5 bids received.
To date, $1,026,014,213 has been obligated through this vehicle with a potential value of all existing task orders of $1,329,363,080.
The total ceiling is $3,500,000,000, of which 16% has been used.
As of today, the IDC has a total reported backlog of $770,993,271 and funded backlog of $467,644,404.
DOD Announcements
Aug 2022:
General Electric Co., GE Edison Works, Cincinnati, Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $975,000,000 for technology maturation and risk reduction activities through design, analysis, rig testing, prototype engine testing, and weapon system integration. The contract is for the execution of the prototype phase of the Next Generation Adaptive Propulsion program and is focused on delivering capability enabling propulsion systems for future air dominance platforms and digitally transforming the propulsion industrial base. Work will be performed in Cincinnati, Ohio, and is expected to be complete by July 11, 2032. This award is the result of a request for proposal. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-22-D-0010).
Jan 2025: General Electric Co., GE Edison Works, Cincinnati, Ohio, was awarded a ceiling $3,500,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to a previously awarded contract (FA8626-22-D-0010) for technology maturation and risk reduction services for the execution of the prototype phase of the Next Generation Adaptive Propulsion program. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 11, 2032. No funds are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Jan 2025: General Electric Co., GE Edison Works, Cincinnati, Ohio, was awarded a ceiling $3,500,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to a previously awarded contract (FA8626-22-D-0010) for technology maturation and risk reduction services for the execution of the prototype phase of the Next Generation Adaptive Propulsion program. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 11, 2032. No funds are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Open)
Modified 2/13/25
Period of Performance
6/29/22
Start Date
6/30/27
Ordering Period End Date
Task Order Obligations and Backlog
$558.4M
Total Obligated
$1.0B
Current Award
$1.3B
Potential Award
$467.6M
Funded Backlog
$771.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA862622D0010
$-
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 FA862622D0010
Subcontract Awards
Disclosed subcontracts for FA862622D0010
Transaction History
Modifications to FA862622D0010
People
Suggested agency contacts for FA862622D0010
Competition
Number of Bidders
5
Solicitation Procedures
Negotiated Proposal/Quote
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
J1T1FEN3PWX6
Awardee CAGE
07482
Agency Detail
Awarding Office
FA8626 FA8626 AFLCMC WN/LP
Funding Office
F4FDCJ F4FDCJ AFLCMC LPF
Created By
usercw@sa5700.fa8602
Last Modified By
usercw@sa5700.fa8602
Approved By
usercw@sa5700.fa8602
Legislative
Legislative Mandates
None Applicable
Awardee District
OH-01
Senators
Sherrod Brown
J.D. (James) Vance
J.D. (James) Vance
Representative
Greg Landsman
Last Modified: 2/13/25