HTC71120DR007
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
              
              
                Multiple Award
              
            
                Who Can Use
              
              
                
                Single Agency
                
              
            
                
                  Vehicle Ceiling
                
              
              
                
                $5,700,000,000  (0%  Used) 
                
              
            
                Related Opportunity
              
              
            
                Analysis Notes
              
              
                
                Place of Performance Largest percentage of work under issued task orders completed at: Wyoming United States. 
                
              
            
            Bighorn Airways was awarded
           
             Indefinite Delivery Contract  HTC71120DR007  (HTC711-20-D-R007) 
            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, $2,500 has been obligated through this vehicle.
            
            
            The total ceiling is $5,700,000,000, of which 0% has been used.
            
            
             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 
        $2.5K
            Total Obligated
          $2.5K
            Current Award
          $2.5K
            Potential Award
          Award Hierarchy
                
                  Indefinite Delivery Contract
                
              
 
              HTC71120DR007
                
                  Contracts
                
              
              
            Subcontracts
Contract Awards
Prime task orders awarded under HTC71120DR007
Subcontract Awards
Disclosed subcontracts for HTC71120DR007
Opportunity Lifecycle
Procurement history for HTC71120DR007
Transaction History
Modifications to HTC71120DR007
People
Suggested agency contacts for HTC71120DR007
Competition
            Number of Bidders
          
          
            
            29
            
          
        
            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
          
        
            Awardee UEI
          
          
            C9G9FQRLDEV1
          
        
            Awardee CAGE
          
          
            3CBA1
          
        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
            
            
              
              WY-00
              
            
          
              Senators
            
            
  
              
              John Barrasso 
Cynthia Lummis
              
  
            
          Cynthia Lummis
              Representative
            
            
              Harriet Hageman 
            
          Last Modified: 3/27/25
 
  
  
           
  