W91CRB19D0028
Indefinite Delivery Contract
Overview
Government Description
REPAIR AND RETURN (R&R)/EVALUATION SERVICES IN
SUPPORT OF ARMY SECURITY ASSISTANCE ENTERPRISE (ASAE) FOREIGN MILITARY SALES (FMS)CUSTOMERS.
Awardee
Awarding Agency
Funding Agency
Pricing
Cost No Fee
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$130,000,000 (74% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Georgia 31008 United States.
Sole Source This IDC was awarded sole source to S & K Logistics Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Forecast Listed as the incumbent in contract forecast Repair and Return Services Recompete.
Amendment Since initial award the Ordering Period End Date was extended from 09/26/21 to 09/26/23 and the Vehicle Ceiling has increased 30% from $100,000,000 to $130,000,000.
Sole Source This IDC was awarded sole source to S & K Logistics Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Forecast Listed as the incumbent in contract forecast Repair and Return Services Recompete.
Amendment Since initial award the Ordering Period End Date was extended from 09/26/21 to 09/26/23 and the Vehicle Ceiling has increased 30% from $100,000,000 to $130,000,000.
S & K Logistics Services was awarded
Indefinite Delivery Contract W91CRB19D0028 (W91CRB-19-D-0028)
by
Security Assistance Command
for Repair And Return (R&R)/Evaluation Services In
Support Of Army Security Assistance Enterprise (ASAE) Foreign Military Sales (FMS)Customers.
in September 2019.
The IDC
has a duration of 4 years and
was awarded
through solicitation Justification & Approval for Other than Full and Open Competition FAR Part 6
with a 8(a) Sole Source set aside
with
NAICS 541330 and
PSC J010
via sole source acquisition procedures with 1 bid received.
To date, $95,755,653 has been obligated through this vehicle.
The total ceiling is $130,000,000, of which 74% has been used.
Status
(Complete)
Modified 9/26/24
Period of Performance
9/26/19
Start Date
9/26/23
Ordering Period End Date
Task Order Obligations
$95.8M
Total Obligated
$95.8M
Current Award
$95.8M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W91CRB19D0028
$-
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 W91CRB19D0028
Subcontract Awards
Disclosed subcontracts for W91CRB19D0028
Opportunity Lifecycle
Procurement history for W91CRB19D0028
Transaction History
Modifications to W91CRB19D0028
People
Suggested agency contacts for W91CRB19D0028
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
PRB8NE3JUDG3
Awardee CAGE
79MW4
Agency Detail
Awarding Office
W91CRB W6QK ACC-APG
Funding Office
W25P02 W1VW HQ USASAC
Created By
andrew.c.mitchell1.civ@army.mil
Last Modified By
andrew.c.mitchell1.civ@army.mil
Approved By
andrew.c.mitchell1.civ@army.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
GA-02
Senators
Jon Ossoff
Raphael Warnock
Raphael Warnock
Representative
Sanford Bishop
Last Modified: 9/26/24