FA873215D0037
Indefinite Delivery Contract
Overview
Government Description
NETOPS F&O
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$7,910,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Reston, Virginia 20190 United States.
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%
Federal Network Systems was awarded
Indefinite Delivery Contract FA873215D0037 (FA8732-15-D-0037)
by
Air Education and Training Command
for Netops F&O
in May 2015.
The IDC
has a duration of 10 years and
was awarded
through solicitation NETCENTS-2 NETOPS AND INFRASTRUCTURE SOLUTIONS
full & open
with
NAICS 517110 and
PSC D316
via direct negotiation acquisition procedures with 23 bids received.
To date, $2,500 has been obligated through this vehicle.
The total ceiling is $7,910,000,000, of which 0% has been used.
The vehicle was awarded through Network-Centric Solutions II (NETCENTS II).
DOD Announcements
May 2015:
AT&T Government Solutions Inc., Vienna, Virginia (FA8732-15-D-0031); BAE Systems Information Solutions Inc., McLean, Virginia (FA8732-15-D-0033); Booz Allen Hamilton Inc., McLean, Virginia (FA8732-15-D-0034), Computer Sciences Corp., Falls Church, Virginia (FA8732-15-D-0036); Federal Network Systems LLC, Chantilly, Virginia (FA8732-15-D-0037); General Dynamics Information Technology Inc., Needham, Massachusetts (FA8732-15-D-0038); Harris IT Services Corp., Herndon, Virginia (FA8732-15-D-0039); HP Enterprise Services LLC, Herndon, Virginia (FA8732-15-D-0040); IBM U.S. Federal, Reston, Virginia (FA8732-15-D-0041); LGS Innovations LLC, High Point, North Carolina (FA8732-15-D-0042); Lockheed Martin Corp., Rockville, Maryland (FA8732-15-D-0043); L-3 National Security Solutions Inc., Reston, Virginia (FA8732-15-D-0044); NCI Information Systems Inc., Reston, Virginia (FA8732-15-D-0045); Northrop Grumman Systems Corp., McLean, Virginia (FA8732-15-D-0046); NextiraOne Federal LLC, doing business as Black Box Network Services, Herndon, Virginia (FA8732-15-D-0035); Raytheon Co., Dulles, Virginia (FA8732-15-D-0047); Science Applications International Corp., McLean, Virginia (FA8732-15-D-0048); SRA International Inc., Fairfax, Virginia (FA8732-15-D-0049); Telos Corp., Ashburn, Virginia (FA8732-15-D-0050); and URS Federal Services Inc., Germantown, Maryland (FA8732-15-D-0030), are being awarded a $7,910,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide a wide range of services and solutions that support existing legacy infrastructure, networks, systems, and operations, as well as evolving the infrastructure, networks, systems and operations to comply with the Air Force enterprise architecture. It is the network operations, full and open, indefinite-delivery/indefinite-quantity contract vehicle for Air Force users as well as other Department of Defense and federal agencies. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract. The location of performance is not known at this time and will be cited on individual task orders. The initial ordering period is three years. This award is the result of a competitive acquisition with 21 offers received. NETCENTS-2 is a set of five categories of contract capabilities spanning netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services. The contracting activity is Air Force Life
Status
(Open)
Modified 5/10/18
Period of Performance
5/15/15
Start Date
5/14/25
Ordering Period End Date
Task Order Obligations
$2.5K
Total Obligated
$2.5K
Current Award
$2.5K
Potential Award
Award Hierarchy
Indefinite Delivery Contract
FA873215D0037
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under FA873215D0037
Subcontract Awards
Disclosed subcontracts for FA873215D0037
Opportunity Lifecycle
Procurement history for FA873215D0037
Transaction History
Modifications to FA873215D0037
People
Suggested agency contacts for FA873215D0037
Competition
Number of Bidders
23
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
NJVDQ14ZMAK8
Awardee CAGE
1PTG2
Agency Detail
Awarding Office
FA8771 FA8771 AFLCMC HIK
Funding Office
F2XTKB HQ OSSG KABN
Created By
usercw@sa5700.fa8771
Last Modified By
usercw@sa5700.fa8771
Approved By
usercw@sa5700.fa8771
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 5/10/18