HTC71120DR005
Indefinite Delivery Contract
Overview
Government Description
WORLDWIDE AIRLIFT SERVICES PROGRAM (WASP) 135
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$5,700,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Niger.
AIR Center Helicopters was awarded
Indefinite Delivery Contract HTC71120DR005 (HTC711-20-D-R005)
by
United States Transportation Command
for Worldwide Airlift Services Program (WASP) 135
in November 2019.
The IDC
has a duration of 5 years and
was awarded
through solicitation Worldwide Airlift Services Program - 135 (WASP-135)
full & open
with
NAICS 481211 and
PSC V111
via direct negotiation acquisition procedures with 29 bids received.
To date, $65,843,753 has been obligated through this vehicle with a potential value of all existing task orders of $164,277,929.
The total ceiling is $5,700,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $109,475,769 and funded backlog of $11,041,593.
The vehicle was awarded through Worldwide Airlift Services Program - 135 (WASP 135).
DOD Announcements
Nov 2019:
Seventeen companies have been awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts under the Worldwide Airlift Services Program, contracts with an estimated program value of $5,700,000,000: Air Center Helicopters, Burleson, Texas (HTC71120DR005); Berry Aviation Inc., San Marcos, Texas (HTC71120DR006); Bighorn Airways, Sheridan, Wyoming (HTC71120DR007); Careflight Ltd., Northmead, New South Wales, Australia (HTC71120DR009); CHI Aviation, Howell, Michigan (HTC71120DR010); Columbia Helicopters Inc., Aurora, Oregon (HTC71120DR011); Contour Aviation, Smyrna, Tennessee (HTC71120DR012); CSI Aviation Inc., Albuquerque, New Mexico (HTC71120DR013); East Coast Flight Services Inc., Easton, Maryland (HTC71120DR014); Erickson Helicopters Inc., Portland, Oregon (HTC71120DR015); Flightworks Inc., Kennesaw, Georgia (HTC71120DR016); Hillsboro Aviation, Hillsboro, Oregon (HTC71120DR017); Jet Logistics Inc., Charlotte, North Carolina (HTC71120DR018); Mountain Aviation Inc., Broomfield, Colorado (HTC71120DR019); Omni Air Transport, Tulsa, Oklahoma (HTC71120DR020); Phoenix Air Group Inc., Cartersville, Georgia (HTC71120DR021); and Rampart Aviation, Colorado Springs, Colorado (HTC71120DR022). This contract provides worldwide Federal Aviation Regulation (FAR) Part 135 airlift services utilizing fixed and/or rotary wing aircraft to transport Department of Defense (DoD) and other federal agency personnel and cargo for domestic and international shipments. Services shall be provided for DoD and other federal government agencies. Services required include aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc FAR Part 135 or equivalent Civil Aviation Authority airlift operations (at both military and commercial airports/airfields/landing zones). Operations could include the movement of passengers and cargo (or combination thereof), air ambulance, medical evacuation, sling-load cargo operations, delivery of Class I-X supplies, and U.S. Mail and/or other like services. Work will be performed internationally and domestically, with an expected completion date of Nov. 11, 2024. Ordering may be centralized or decentralized and will be determined at the task order level. Funding is provided by multiple government agencies. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. (Awarded Nov. 7, 2019)
Status
(Complete)
Modified 3/27/25
Period of Performance
11/11/19
Start Date
11/11/24
Ordering Period End Date
Task Order Obligations and Backlog
$54.8M
Total Obligated
$65.8M
Current Award
$164.3M
Potential Award
$11.0M
Funded Backlog
$109.5M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
HTC71120DR005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under HTC71120DR005
$-
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 HTC71120DR005
Subcontract Awards
Disclosed subcontracts for HTC71120DR005
Opportunity Lifecycle
Procurement history for HTC71120DR005
Transaction History
Modifications to HTC71120DR005
People
Suggested agency contacts for HTC71120DR005
Competition
Number of Bidders
29
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
T1ETNSAYNB31
Awardee CAGE
0WRJ5
Agency Detail
Awarding Office
HTC711 USTRANSCOM-AQ
Funding Office
HTC711 USTRANSCOM-AQ
Created By
barbara.wolf.htc711@ustranscom.mil
Last Modified By
alicia.m.biekert1.civ@mail.mil
Approved By
alicia.m.biekert1.civ@mail.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
TX-25
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Roger Williams
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Army (021-2020) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $4,600,000 | 100% |
Last Modified: 3/27/25