47QTCH18D0013-FA877324F0010
Delivery Order
Overview
Government Description
DEFENSIVE CYBER REALIZATION, INTEGRATION, AND OPERATIONAL SUPPORT SERVICES II.
Awardee
Awarding / Funding Agency
Place of Performance
San Antonio, TX 78226 United States
Pricing
Fixed Price
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Est. Average FTE
92
Related Opportunity
(Parent Award)
Analysis Notes
Termination This delivery order was terminated for convenience (partial or complete) in July 2024.
Predecessor This appears to be a continuation of a prior contract FA877318D0002-FA877323F0117.
Labor Pricing The labor category ceiling rates applicable to this Delivery Order awarded through IDV 47QTCH18D0013 can be analyzed here.
Predecessor This appears to be a continuation of a prior contract FA877318D0002-FA877323F0117.
Labor Pricing The labor category ceiling rates applicable to this Delivery Order awarded through IDV 47QTCH18D0013 can be analyzed here.
Decisionpoint Corporation was awarded
Delivery Order FA877324F0010 (FA8773-24-F-0010)
for Defensive Cyber Realization, Integration, And Operational Support Services Ii.
worth up to $83,088,429
by the Department of the Air Force
in December 2023.
The contract
has a duration of 5 years 6 months and
was awarded
through solicitation FA877323R0003
with a Service Disabled Veteran Owned Small Business set aside
with
NAICS 541512 and
PSC R425
via subject to multiple award fair opportunity acquisition procedures with 10 bids received.
As of today, the Delivery Order has a total reported backlog of $82,984,268 and funded backlog of $82,984,268.
This contract was awarded through vehicle Veterans Technology Services 2 (VETS 2).
DOD Announcements
Dec 2023:
EMESEC Inc., Reston, Virginia, was awarded an estimated $83,088,429 firm-fixed-price task order under the General Services Administration Veterans Technology Services 2 Governmentwide Acquisition Contract for Defensive Cyber Realization, Integration, and Operational Support II Services. Work will be performed at Joint Base San Antonio-Lackland, Texas; and Scott Air Force Base, Illinois, and is expected to be completed by June 3, 2029. This contract was a competitive acquisition, and 10 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,649,945 are being obligated at time of award. The Acquisition Management and Integration Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8773-24-F-0010).
Status
(Open)
Last Modified 10/1/24
Period of Performance
12/5/23
Start Date
7/29/24
Current End Date
6/3/29
Potential End Date
Obligations and Backlog
$104.2K
Total Obligated
$83.1M
Current Award
$83.1M
Potential Award
$83.0M
Funded Backlog
$83.0M
Total Backlog
Award Hierarchy
Governmentwide Acquisition Contract
Delivery Order
47QTCH18D0013-FA877324F0010
Subcontracts
Activity Timeline
Transaction History
Modifications to 47QTCH18D0013-FA877324F0010
People
Suggested agency contacts for 47QTCH18D0013-FA877324F0010
Competition
Number of Bidders
10
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
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
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
GPASKFTTVQL9
Awardee CAGE
6AFW2
Agency Detail
Awarding Office
FA8773 FA8773 ACC AMIC DET2 OL-C TINKER
Funding Office
F2MUD1
Created By
anthony.owens.7@us.af.mil
Last Modified By
kevin.haynes.9@sa5700.fa8773
Approved By
anthony.owens.7@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Performance District
TX-20
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Joaquin Castro
Modified: 10/1/24