W15P7T17D0100
Indefinite Delivery Contract
Overview
Government Description
THIS CONTRACT WILL PROVIDE ACC-APG CUSTOMERS, OTHER PROGRAM EXECUTIVE OFFICES (PEOS), OTHER DEPARTMENT OF DEFENSE (DOD) AGENCIES, AND OTHER FEDERAL AGENCIES WITH KNOWLEDGE BASED SUPPORT SERVICES FOR REQUIREMENTS WITH COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (C4ISR) RELATED NEEDS.
Awardee
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
Multiple Agencies
Vehicle Ceiling
$37,400,000,000 (3% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Tinton Falls, New Jersey 7724 United States.
Amendment Since initial award the Ordering Period End Date was extended from 05/14/22 to 05/14/27.
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 Ordering Period End Date was extended from 05/14/22 to 05/14/27.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
MAG DS was awarded
Indefinite Delivery Contract W15P7T17D0100 (W15P7T-17-D-0100)
by
ACC Aberdeen Proving Ground
in May 2017.
The IDC
has a duration of 10 years and
was awarded
through solicitation Army Contracting Command - Aberdeen Proving Ground (ACC-APG) <br> Responsive Strategic Sourcing for Services (RS3)
full & open
with
NAICS 541712 and
PSC R425
via direct negotiation acquisition procedures with 387 bids received.
To date, $1,462,744,784 has been obligated through this vehicle with a potential value of all existing task orders of $1,792,914,564.
The total ceiling is $37,400,000,000, of which 3% has been used.
As of today, the IDC has a total reported backlog of $791,712,739 and funded backlog of $461,542,959.
The vehicle was awarded through Responsive Strategic Sourcing for Services (RS3).
DOD Announcements
May 2017:
ARINC Inc., Annapolis, Maryland (W15P7T-17-D-0140); BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (W15P7T-17-D-0141); Booz Allen Hamilton Inc., McLean, Virginia (W15P7T-17-D-0142); CGI Federal Inc., Fairfax, Virginia (W15P7T-17-D-0143); CSRA LLC, Falls Church, Virginia (W15P7T-17-D-0144); DCS Corp., Alexandria, Virginia (W15P7T-17-D-0145); IAP Worldwide Service Inc., Cape Canaveral, Florida (W15P7T-17-D-0146); Engineering Solutions and Products LLC, Chantilly, Virginia (W15P7T-17-D-0147); General Dynamics Global Force LLC, Fairfax, Virginia (W15P7T-17-D-0148); ManTech Advanced Systems International Inc., Fairfax, Virginia (W15P7T-17-D-0149); NCI Information Systems Inc., Reston, Virginia (W15P7T-17-D-0150); SGT Inc., Greenbelt, Maryland (W15P7T-17-D-0151); SRI International, Menlo Park, California (W15P7T-17-D-0152); Teledyne Brown Engineering Inc., Huntsville, Alabama (W15P7T-17-D-0153); Overwatch Systems Ltd., Austin, Texas (W15P7T-17-D-0154); URS Federal Technical Services Inc., Germantown, Maryland (W15P7T-17-D-0155); AASKI Technology Inc.,* Tinton Falls, New Jersey (W15P7T-17-D-0100); Altamira Technologies Corp.,* McLean, Virginia (W15P7T-17-D-0101); Anavation LLC,* Reston, Virginia (W15P7T-17-D-0102); Aranea Solutions Inc.,* Huntsville, Alabama (W15P7T-17-D-0103); Arctic Slope Technical Services Inc.,* Greenbelt, Maryland (W15P7T-17-D-0104); Ausley Associates Inc.,* Lexington Park, Maryland (W15P7T-17-D-0105); Banc 3 Inc.,* Princeton, New Jersey (W15P7T-17-D-0106); BRTRC Federal Solutions Inc.,* Vienna, Virginia (W15P7T-17-D-0107); Caelum Research Corp.,* Rockville, Maryland (W15P7T-17-D-0108); CDO Technologies Inc.,* Dayton, Ohio (W15P7T-17-D-0109); Centurum Information Technology Inc.,* Marlton, New Jersey (W15P7T-17-D-0110); DataPath Inc.,* Duluth, Georgia (W15P7T-17-D-0111); DHPC Technologies Inc.,* Woodbridge, New Jersey (W15P7T-17-D-0113); EPS Corp.,* Tinton Falls, New Jersey (W15P7T-17-D-0114); FCI Enterprises LLC,* Chantilly, Virginia (W15P7T-17-D-0114); Hyperion Inc.,* McLean, Virginia (W15P7T-17-D-0116); Incadence Strategic Solutions Corp.,* Manassas, Virginia (W15P7T-17-D-0117); Intrepid Solutions and Services Inc.,* Sterling, Virginia (W15P7T-17-D-0118); Intuitive Research and Technology Corp.,* Huntsville, Alabama (W15P7T-17-D-0119); Jarod and Howard Technologies Inc.,* Orlando, Florida (W15P7T-17-D-0120); Kingfisher Systems Inc.,* Falls Church, Virginia (W15P7T-17-D-0121); Marton Technologies Inc.,* Newport News, Virginia (W15P7T-17-D-0122); Microtechnologies Inc.,* Vienna, Virginia (W15P7T-17-D-0123); Data Systems Analysts Inc.,* Fairfax, Virginia (W15P7T-17-D-0161); Modus Operandi Inc.,* Melbourne, Florida (
Status
(Open)
Modified 9/23/24
Period of Performance
5/14/17
Start Date
5/14/27
Ordering Period End Date
Task Order Obligations and Backlog
$1.0B
Total Obligated
$1.5B
Current Award
$1.8B
Potential Award
$461.5M
Funded Backlog
$791.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
W15P7T17D0100
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W15P7T17D0100
$-
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 W15P7T17D0100
Subcontract Awards
Disclosed subcontracts for W15P7T17D0100
Opportunity Lifecycle
Procurement history for W15P7T17D0100
Transaction History
Modifications to W15P7T17D0100
People
Suggested agency contacts for W15P7T17D0100
Competition
Number of Bidders
387
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
YJCQHLKKG3W5
Awardee CAGE
1WYP9
Agency Detail
Awarding Office
W15P7T W6QK ACC-APG
Funding Office
W91RCE W6QK ACC-APG
Created By
padds.w15p7t@cs.army.mil
Last Modified By
padds.w15p7t@ko.army.mil
Approved By
padds.w15p7t@ko.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
NJ-04
Senators
Robert Menendez
Cory Booker
Cory Booker
Representative
Christopher Smith
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Army (021-2020) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $16,314,995 | 33% |
Operation and Maintenance, Army (021-2020) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $11,865,191 | 24% |
Other Procurement, Army (021-2035) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $8,761,963 | 18% |
Research, Development, Test, and Evaluation, Army (021-2040) | Department of Defense-Military | Research and development contracts (25.5) | $4,166,371 | 8% |
Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Other goods and services from Federal sources (25.3) | $3,166,110 | 6% |
Last Modified: 9/23/24