Search Prime Contracts

FA703724C0002

Definitive Contract

Overview

Government Description
AIR FORCE NATIONAL TACTICAL INTEGRATION PROGRAM
Alternate Description
Air Force National Tactical Integration (AF NTI) Program
Awarding / Funding Agency
Place of Performance
Hampton, VA 23665 United States
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Est. Average FTE
45
Related Opportunity
FA703724R0001
Analysis Notes
Amendment Since initial award the Potential Award value has increased from $37,153,917 to $37,273,917.
Sole Source This Definitive Contract was awarded sole source to Lawelawe Defense because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Lawelawe Defense was awarded Definitive Contract FA703724C0002 (FA7037-24-C-0002) for Air Force National Tactical Integration Program worth up to $37,273,917 by Air Combat Command in January 2024. The contract has a duration of 5 years and was awarded with a 8(a) Sole Source set aside with NAICS 541513 and PSC R423 via sole source acquisition procedures with 1 bid received. As of today, the Definitive Contract has a total reported backlog of $24,759,896 and funded backlog of $1,540,555.

DOD Announcements

Jan 2024: Lawelawe Defense Inc., Kailua, Hawaii, was awarded a $37,083,917 base, plus four-year option periods, contract in support of the Air Force’s National Tactical Integration (AF NTI) Program. This contract provides for intelligence, surveillance, and reconnaissance subject-matter expertise and maintenance, ongoing development, and execution of an existing master training plan for AF NTI personnel. Work will be performed at various locations, but primarily at Joint Base San Antonio-Lackland, Texas; and Fort Meade, Maryland, and is expected to be completed by Jan. 30, 2029. This contract was a sole source Hawaiian Native acquisition. Fiscal 2024 operation and maintenance funds in the amount of $6,600,000 million are being obligated at time of award. Air Combat Command Acquisition Management Integration Center, Detachment 2, JBSA-Lackland, Texas, is the contracting activity (FA7037-24-C-0002).

Status
(Open)

Last Modified 1/15/25
Period of Performance
1/31/24
Start Date
1/30/26
Current End Date
1/30/29
Potential End Date
25.0% Complete

Obligations and Backlog
$12.5M
Total Obligated
$14.1M
Current Award
$37.3M
Potential Award
34% Funded
$1.5M
Funded Backlog
$24.8M
Total Backlog

Award Hierarchy

Definitive Contract

FA703724C0002

Subcontracts

-

Activity Timeline

Interactive chart of timeline of amendments to FA703724C0002

Subcontract Awards

Disclosed subcontracts for FA703724C0002

Transaction History

Modifications to FA703724C0002

People

Suggested agency contacts for FA703724C0002

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
EY7ZKMMAA7D7
Awardee CAGE
8V6C6
Agency Detail
Awarding Office
FA7037 FA7037 AMIC DET 2 JBSA
Funding Office
F2QF03
Created By
andrew.geisel@us.af.mil
Last Modified By
andrew.geisel@us.af.mil
Approved By
andrew.geisel@us.af.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
VA-01
Senators
Mark Warner
Timothy Kaine
Representative
Robert Wittman
Modified: 1/15/25