FA860422DB007
Indefinite Delivery Contract
Overview
Government Description
NOVASTAR, NATIONAL AIR AND SPACE INTELLIGENCE CENTER SCIENCE AND TECHNICAL INTELLIGENCE ANALYTIC CAPABILITY SUPPORT CONTRACT
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$4,797,000,000
Vehicle Ceiling
$4,797,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dayton, Ohio 45433 United States.
Modern Technology Solutions was awarded
Indefinite Delivery Contract FA860422DB007 (FA8604-22-D-B007)
by
National Air and Space Intel Center
for Novastar, National Air And Space Intelligence Center Science And Technical Intelligence Analytic Capability Support Contract
in August 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation NOVASTAR DRAFT RFP
with a Small Business Total set aside
with
NAICS 541715 and
PSC R423
via direct negotiation acquisition procedures with 10 bids received.
To date, $43,728,176 has been obligated through this vehicle with a potential value of all existing task orders of $84,808,870.
The total ceiling is $4,797,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $55,811,899 and funded backlog of $14,731,205.
The vehicle was awarded through NOVASTAR IDIQ.
DOD Announcements
Aug 2022:
Altamira Technologies Corp., Fairborn, Ohio (FA8604-22-D B005); Epsilon Systems Solutions Inc., Beavercreek, Ohio (FA8604-22-D-B006); Modern Technology Solutions, Alexandria, Virginia (FA8604-22-D-B007); Radiance Technologies, Huntsville, Alabama (FA8604-22-D-B008); and Xandar LLC, Fairfax, Virginia (FA8604-22-D-B009), have been awarded a $4,797,000,000 cost-plus-fixed-fee, firm-fixed-price, cost-plus-incentive-fee, fixed-price-incentive-firm, time and materials, cost reimbursement, indefinite-delivery/indefinite-quantity, labor hour multiple award contract for National Air and Space Intelligence Center (NASIC) Scientific and Technical Intelligence (S&TI) Capability Support Services (NOVASTAR) to facilitate NASIC's requirement for research, development, and sustainment of new and existing hardware, systems, and software capabilities enabling scientific and technical intelligence production for the Air Force, Department of Defense (DOD), and national-level intelligence efforts. Additionally, this contract facilitates NASIC's requirement for the production of technical intelligence through collection, analysis, planning, processing, dissemination, archiving, and associated activities for NASIC, the Air Force, DOD, and national-level intelligence efforts. Work will primarily be performed in Dayton, Ohio, and is expected to be complete by Aug. 22, 2033. This award is the result of a competitive acquisition, the solicitation was posted on SAM.gov, and 10 offers were received. Fiscal 2022 funds in the amount of $25,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Open)
Modified 11/19/24
Period of Performance
8/18/22
Start Date
8/18/27
Ordering Period End Date
Task Order Obligations and Backlog
$29.0M
Total Obligated
$43.7M
Current Award
$84.8M
Potential Award
$14.7M
Funded Backlog
$55.8M
Total Backlog
Award Hierarchy
Federal Award Analysis
Historical federal task order obligations under FA860422DB007
$-
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 FA860422DB007
Subcontract Awards
Disclosed subcontracts for FA860422DB007
Opportunity Lifecycle
Procurement history for FA860422DB007
Transaction History
Modifications to FA860422DB007
People
Suggested agency contacts for FA860422DB007
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
R8KMUKAJRKJ6
Awardee CAGE
0X988
Agency Detail
Awarding Office
FA8604 FA8604 AFLCMC PZI
Funding Office
F4FTAX F4FTAX NASIC GS
Created By
maranda.weber@us.af.mil
Last Modified By
maranda.weber@us.af.mil
Approved By
maranda.weber@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Last Modified: 11/19/24