FA805120D0008
Indefinite Delivery Contract
Overview
Government Description
AFCAP V - BASIC CONTRACT VECTRUS
Awardee
Funding Agency
Pricing
Cost No Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$14,999,999,999
Vehicle Ceiling
$15,000,000,000 (2% Used)
Related Opportunity
FA805118R3013
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Germany.
Amendment Since initial award the Vehicle Ceiling has increased 134% from $6,400,000,000 to $15,000,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Vehicle Ceiling has increased 134% from $6,400,000,000 to $15,000,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Vectrus Systems was awarded
Indefinite Delivery Contract FA805120D0008 (FA8051-20-D-0008)
by
Air Education and Training Command
for Afcap V - Basic Contract Vectrus
in May 2020.
The IDC
has a duration of 8 years and
was awarded
full & open
with
NAICS 561210 and
PSC S216
via direct negotiation acquisition procedures with 8 bids received.
To date, $317,958,581 has been obligated through this vehicle with a potential value of all existing task orders of $678,281,139.
The total ceiling is $15,000,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $391,348,888 and funded backlog of $31,026,330.
The vehicle was awarded through Air Force Contract Augmentation Program V (AFCAP V).
DOD Announcements
Apr 2020:
URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008), have been awarded a combined ceiling $6,400,000,000, multiple award, indefinite-delivery/indefinite-quantity contract for worldwide contingency and humanitarian support. This contract provides contingency planning, deploying and training/equipping of forces; emergency and contingency construction; logistics/commodities and services. The location of performance is determined at the task order level and includes various locations worldwide. The work is expected to be completed by May 31, 2031. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2020 operations and maintenance funds in the amount of $4,000 per contract are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity.
Apr 2024: URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008), were originally awarded a combined multiple award, indefinite-delivery/indefinite-quantity contract with a program ceiling value of $6,400,000,000 for worldwide contingency and humanitarian support on April 3, 2020. This modification to the combined multiple award contract increases the program ceiling value to $15,000,000,000 for worldwide contingency and humanitarian support. This contract provides contingency planning, deploying, and training and equipping of forces; emergency and contingency construction; logistics and commodities; and services. The Air Force Contract Augmentation Program is a contract with extensive worldwide support capabilities, providing a full range of base operating and life support and logistical support on an as required basis to support all programs. The requirements focus on emergency and contingency construction, logistics and commodities, and services to support the Air Force, any Department of Defense component, or any federal government entity operating to: 1) deter, deny, and defeat state adversaries; 2) disrupt, degrade, and defeat violent extremist organizations; 3) strengthen our global network of allies; and 4) strengthen America's foreign policy impact on our strategic challenges. The location of performance is determined at the task order level and includes various locations worldwide and is expected to be completed by May 31, 2031. The original contract was a competitive acquisition, and eight offers were received. At the time of this modification, URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); and PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006), have merged via novation agreement and are currently operating under Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002). The six Air Force Contract Augmentation Program V contractors are noted as the following: Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-
Apr 2024: URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008), were originally awarded a combined multiple award, indefinite-delivery/indefinite-quantity contract with a program ceiling value of $6,400,000,000 for worldwide contingency and humanitarian support on April 3, 2020. This modification to the combined multiple award contract increases the program ceiling value to $15,000,000,000 for worldwide contingency and humanitarian support. This contract provides contingency planning, deploying, and training and equipping of forces; emergency and contingency construction; logistics and commodities; and services. The Air Force Contract Augmentation Program is a contract with extensive worldwide support capabilities, providing a full range of base operating and life support and logistical support on an as required basis to support all programs. The requirements focus on emergency and contingency construction, logistics and commodities, and services to support the Air Force, any Department of Defense component, or any federal government entity operating to: 1) deter, deny, and defeat state adversaries; 2) disrupt, degrade, and defeat violent extremist organizations; 3) strengthen our global network of allies; and 4) strengthen America's foreign policy impact on our strategic challenges. The location of performance is determined at the task order level and includes various locations worldwide and is expected to be completed by May 31, 2031. The original contract was a competitive acquisition, and eight offers were received. At the time of this modification, URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); and PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006), have merged via novation agreement and are currently operating under Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002). The six Air Force Contract Augmentation Program V contractors are noted as the following: Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-
Status
(Open)
Modified 10/11/24
Period of Performance
5/31/20
Start Date
5/31/28
Ordering Period End Date
Task Order Obligations and Backlog
$286.9M
Total Obligated
$318.0M
Current Award
$678.3M
Potential Award
$31.0M
Funded Backlog
$391.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA805120D0008
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA805120D0008
$-
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 FA805120D0008
Subcontract Awards
Disclosed subcontracts for FA805120D0008
Transaction History
Modifications to FA805120D0008
People
Suggested agency contacts for FA805120D0008
Competition
Number of Bidders
8
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
RRFJZGASZJ41
Awardee CAGE
1D510
Agency Detail
Awarding Office
FA8051 FA8051 772 ESS PKD
Funding Office
F4ATA7 F4ATA7 AFCEC READINESS
Created By
ellery.english@us.af.mil
Last Modified By
ellery.english@us.af.mil
Approved By
ellery.english@us.af.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
CO-05
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Doug Lamborn
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Supplies and materials (26.0) | $42,573,948 | 56% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Subsistence and support of persons (25.8) | $25,311,093 | 34% |
Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $4,786,543 | 6% |
Last Modified: 10/11/24