FA805917D0006
Indefinite Delivery Contract
Overview
Government Description
TRANSIENT ALERT SERVICES
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$128,100,035 (39% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Charleston Afb, South Carolina 29404 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: Transient Alert Services - Sources Sought
Amendment Since initial award the Ordering Period End Date was extended from 11/30/21 to 05/31/23 and the Vehicle Ceiling has increased from $128,100,030 to $128,100,035.
Recompete The following similar solicitation(s) may continue aspects of this idv: Transient Alert Services - Sources Sought
Amendment Since initial award the Ordering Period End Date was extended from 11/30/21 to 05/31/23 and the Vehicle Ceiling has increased from $128,100,030 to $128,100,035.
Triad Logistics Services Corporation was awarded
Indefinite Delivery Contract FA805917D0006 (FA8059-17-D-0006)
by
Air Combat Command
for Transient Alert Services
in November 2016.
The IDC
has a duration of 6 years 5 months and
was awarded
through solicitation AFICA Transient Alert Services
with a Service Disabled Veteran Owned Small Business set aside
with
NAICS 488190 and
PSC J015
via direct negotiation acquisition procedures with 17 bids received.
To date, $52,095,511 has been obligated through this vehicle with a potential value of all existing task orders of $53,784,562.
The total ceiling is $128,100,035, of which 39% has been used.
As of today, the IDC has a total reported backlog of $3,741,469 and funded backlog of $2,052,418.
DOD Announcements
Nov 2016:
Vision IT, Little Rock, Arkansas (FA8059-17-D-0001); International Logistics Group, Warner Robins, Georgia (FA8059-17-D-0002); KSS-Trailboss JV1, Fairbanks, Alaska (FA8059-17-D-0003); Criterion Corp.,** Skandia, Michigan (FA8059-17-D-0004); C2G Ltd., Goose Creek, South Carolina (FA8059-17-D-0005); TRIAD Logistics Services Corp., Melbourne, Florida (FA8059-17-D-0006); GCH Services LLC, Glendale, Arizona (FA8059-17-D-0007); Shiloh Services Inc., Smithville, Texas (FA8059-17-D-0008); and T Square Logistic Services Corp., Colorado Springs, Colorado (FA8059-17-D-0009) are each being awarded a contract under the multiple award services contract with a combined not-to-exceed $145,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Installation Contracting Agency transient alert services. Contractors will provide management, arrival services, processing services, departure services, emergency services, special event services, distinguished visitor services. The location of performance will be determined with each order and work is expected to be complete by Nov. 27, 2021. This award is the result of a competitive acquisition with 22 offers received. Fiscal 2017 operations and maintenance funds in the amount of $1,000 per contractor are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Air Force Installation Contracting Agency, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Complete)
Modified 9/6/24
Period of Performance
11/30/16
Start Date
5/31/23
Ordering Period End Date
Task Order Obligations and Backlog
$50.0M
Total Obligated
$52.1M
Current Award
$53.8M
Potential Award
$2.1M
Funded Backlog
$3.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA805917D0006
$-
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 FA805917D0006
Subcontract Awards
Disclosed subcontracts for FA805917D0006
Opportunity Lifecycle
Procurement history for FA805917D0006
Transaction History
Modifications to FA805917D0006
People
Suggested agency contacts for FA805917D0006
Competition
Number of Bidders
17
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
D1VHG2D1XAL3
Awardee CAGE
3T7V1
Agency Detail
Awarding Office
FA4452 FA4452 763 ESS
Funding Office
F2QF20 ACC A4
Created By
jennifer.gasparich@us.af.mil
Last Modified By
fpdsadmin
Approved By
jennifer.gasparich@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
FL-08
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Bill Posey
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force Reserve (057-3740) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $4,478,095 | 40% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $3,492,066 | 31% |
Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $1,501,105 | 13% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Supplies and materials (26.0) | $1,102,542 | 10% |
Research, Development, Test, and Evaluation, Air Force (057-3600) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $439,528 | 4% |
Last Modified: 9/6/24