FA489016D0007
Indefinite Delivery Contract
Overview
Government Description
OPERATIONS&LOGISTICS SUPPORT
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$975,000,000 (14% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Curacao.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
PAE Applied Technologies was awarded
Indefinite Delivery Contract FA489016D0007 (FA4890-16-D-0007)
by
Air Combat Command
for Operations&Logistics Support
in January 2016.
The IDC
has a duration of 7 years and
was awarded
through solicitation CN & GT Operations and Logistics
full & open
with
NAICS 561210 and
PSC J099
via direct negotiation acquisition procedures with 10 bids received.
To date, $154,878,061 has been obligated through this vehicle with a potential value of all existing task orders of $224,603,948.
The total ceiling is $975,000,000, of which 14% has been used.
As of today, the IDC has a total reported backlog of $84,771,159 and funded backlog of $15,045,272.
The vehicle was awarded through CN> Operations and Logistics.
DOD Announcements
Feb 2016:
Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (FA4890-16-D-0001); CACI Inc., Chantilly, Virginia (FA4890-16-D-0002); DynCorp International, Fort Worth, Texas (FA4890-16-D-0003); Global Threat Reduction LLC, Reston, Virginia (FA4890-16-D-0004); Global Threat Response Group LLC, Cape Canaveral, Florida (FA4890-16-D-0005); Honeywell Technology Solutions Inc., Columbia, Maryland (FA4890-16-D-0006); PAE Applied Technologies LLC, Arlington, Virginia (FA4890-16-D-0007); Raytheon Intelligence, Information, & Services, Dulles, Virginia (FA4890-16-D-0008); Triple Canopy Inc., Reston, Virginia (FA4890-16-D-0009); Blackhawk-PRI Critical Services LLC,* Las Vegas, Nevada (FA4890-16-D-0010); Cambridge International Systems Inc.,* Arlington, Virginia (FA4890-16-D-0011); International Tactical Solutions LLC,* Huntsville, Alabama (FA4890-16-D-0012); Obera LLC,* Herndon, Virginia (FA4890-16-D-0013); Patriot Group International Inc.,* Warrenton, Virginia (FA4890-16-D-0014); and Technology Management Co. Inc.,* Albuquerque, New Mexico (FA4890-16-D-0015), have been awarded a combined not-to-exceed $975,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for counter narcotics and global threats operations and logistics support. Contractor will provide services, equipment, material, and minor construction services to improve the capability of U.S. and partner nation agency organizations; and endeavors to detect, deter, disrupt, degrade, and defeat national security threats posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks, and any potential nexus among these activities. Work will be performed within the continental U.S., to include Alaska and Hawaii, and outside the U.S., and is expected to be complete by Jan. 28, 2025. This award is the result of a competitive acquisition with 16 offers received. Fiscal 2016 operation and maintenance funds in the amount of $50,000 for each offeror are being obligated at the time of award to satisfy the minimum guarantee. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.
Status
(Complete)
Modified 12/2/21
Period of Performance
1/28/16
Start Date
1/27/23
Ordering Period End Date
Task Order Obligations and Backlog
$139.8M
Total Obligated
$154.9M
Current Award
$224.6M
Potential Award
$15.0M
Funded Backlog
$84.8M
Total Backlog
Award Hierarchy
Vehicle
Indefinite Delivery Contract
FA489016D0007
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA489016D0007
$-
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 FA489016D0007
Subcontract Awards
Disclosed subcontracts for FA489016D0007
Opportunity Lifecycle
Procurement history for FA489016D0007
Transaction History
Modifications to FA489016D0007
People
Suggested agency contacts for FA489016D0007
Competition
Number of Bidders
10
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
K55GHE7FCEF5
Awardee CAGE
1JGQ2
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
FA4890 FA4890 HQ ACC AMIC
Created By
tracy.allen.4@us.af.mil
Last Modified By
tracy.allen.4@us.af.mil
Approved By
tracy.allen.4@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
TX-12
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Kay Granger
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $386,828 | 83% |
Other Procurement, Air Force (057-3080) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $80,094 | 17% |
Last Modified: 12/2/21