FA875025DB002
Indefinite Delivery Contract
Overview
Government Description
TO RAPIDLY ENHANCE AND COMMERCIALIZE THE TECHNOLOGY DEVELOPED TO SUPPORT RAPID RESEARCH, DEVELOPMENT, PROTOTYPING, DEMONSTRATION, EVALUATION, PRODUCTION, AND TRANSITION OF UNMANNED AIRCRAFT SYSTEM (UAS) AND COUNTER-UAS (C-UAS) CAPABILITIES.
Awardee
Awarding Agency
Funding Agency
PSC
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$490,000,000
Vehicle Ceiling
$490,000,000 (4% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 93401 United States.
Trust Automation was awarded
Indefinite Delivery Contract FA875025DB002 (FA8750-25-D-B002)
by
Naval Sea Systems Command
in August 2025.
The IDC
has a duration of 5 years and
was awarded
with a Small Business Total set aside
with
NAICS 541715 and
PSC AC13
via direct negotiation acquisition procedures with 1 bid received.
To date, $20,315,558 has been obligated through this vehicle.
The total ceiling is $490,000,000, of which 4% has been used.
DOD Announcements
Aug 2025:
Trust Automation Inc., San Luis Obispo, California, was awarded a maximum $490,000,000 ordering amount cost-plus-fixed-fee, completion, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for software, hardware, and reports. This contract provides for rapid research, development, prototyping, demonstration, evaluation, production, and transition of unmanned aircraft system and counter-unmanned aircraft systems capabilities. Work will be performed at San Luis Obispo, California, and is expected to be completed by Aug. 20, 2030. This contract was a sole source acquisition. Fiscal 2025 procurement funds in the amount of $20,315,558 are being obligated under the first task order at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-D-B002).
Status
(Open)
Modified 8/20/25
Period of Performance
8/19/25
Start Date
8/20/30
Ordering Period End Date
Task Order Obligations
$20.3M
Total Obligated
$20.3M
Current Award
$20.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA875025DB002
$-
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 FA875025DB002
Subcontract Awards
Disclosed subcontracts for FA875025DB002
Transaction History
Modifications to FA875025DB002
People
Suggested agency contacts for FA875025DB002
Competition
Number of Bidders
1
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Research Type
Small Business Innovation Research Program (SBIR) Phase III
Awardee UEI
VZ7JPM8VW539
Awardee CAGE
51V49
Agency Detail
Awarding Office
FA8750 FA8750 AFRL RIK
Funding Office
HQ0642 WASHINGTON HEADQUARTERS SERVICES
Created By
patrick.cerminaro@us.af.mil
Last Modified By
patrick.cerminaro@us.af.mil
Approved By
patrick.cerminaro@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CA-24
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Salud Carbajal
Last Modified: 8/20/25