Search IDVs

FA489016D0007

Indefinite Delivery Contract

Overview

Government Description
OPERATIONS&LOGISTICS SUPPORT
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)
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%
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&GT 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
100% Complete

Task Order Obligations and Backlog
$139.8M
Total Obligated
$154.9M
Current Award
$224.6M
Potential Award
62% Funded
$15.0M
Funded Backlog
$84.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA489016D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA489016D0007

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


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
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