Search IDVs

FA863017D5030

Indefinite Delivery Contract

Overview

Government Description
PROS V
Awardee
Pricing
Cost No Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$4,200,000,000 (9% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Warner Robins, Georgia 31088 United States.
Amendment Since initial award the Ordering Period End Date was extended from 12/31/21 to 12/31/24.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
S & K Aerospace was awarded Indefinite Delivery Contract FA863017D5030 (FA8630-17-D-5030) by AFLCMC Wright Patterson AFB for Pros V in December 2016. The IDC has a duration of 8 years and was awarded full & open with NAICS 541614 and PSC R499 via direct negotiation acquisition procedures with 4 bids received. To date, $12,614,226,485 has been obligated through this vehicle with a potential value of all existing task orders of $12,618,126,485. The total ceiling is $4,200,000,000, of which 9% has been used. As of today, the IDC has a total reported backlog of $12,234,370,470 and funded backlog of $12,230,470,470.

DOD Announcements

Nov 2016: S&K Aerospace LLC, Warner Robins, Georgia, has been awarded a $4,200,000,000 indefinite-delivery/ indefinite-quantity contract for Parts and Repair Ordering System (PROS) V. Contractor will provide logistics supply support, maintenance support, analytical and technical services for 107 foreign partners. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Dec. 31, 2031. This contract is 100 percent foreign military sales. This award is the result of a competitive acquisition with four offers received. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-17-D-5030).

Status
(Open)

Modified 5/21/24
Period of Performance
12/31/16
Start Date
12/31/24
Ordering Period End Date
98.0% Complete

Task Order Obligations and Backlog
$383.8M
Total Obligated
$12.6B
Current Award
$12.6B
Potential Award
3% Funded
$12.2B
Funded Backlog
$12.2B
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA863017D5030

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA863017D5030

$-

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 FA863017D5030

Subcontract Awards

Disclosed subcontracts for FA863017D5030

Transaction History

Modifications to FA863017D5030

People

Suggested agency contacts for FA863017D5030

Competition

Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
K95FUKNU84K9
Awardee CAGE
5NV41
Agency Detail
Awarding Office
FA8630 FA8630 AFLCMC WFK AFSAC
Funding Office
F4FTBS AFSAC OM ADMIN
Created By
usercw@sa5700.fa8630
Last Modified By
usercw@sa5700.fa8630
Approved By
usercw@sa5700.fa8630

Legislative

Legislative Mandates
Labor Standards
Awardee District
GA-08
Senators
Jon Ossoff
Raphael Warnock
Representative
Austin Scott
Last Modified: 5/21/24