47QTCK18D0003-FA862925FB020
Delivery Order
Overview
Government Description
WARHAWK FOLLOW-ON. THIS CONTRACT IS THE RESULT OF AN EXCEPTION TO FAIR OPPORTUNITY - FAR16.505(B)(2)(I)(G) 6.302-1 ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIER OR SERVICES WILL SATISFY AGENCY REQUIREMENTS.
Awarding Agency
Funding Agency
Place of Performance
Falls Church, VA 22042 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Est. Average FTE
46
Related Opportunity
(Parent Award)
Analysis Notes
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
General Dynamics Information Technology was awarded
Delivery Order FA862925FB020 (FA8629-25-F-B020)
worth up to $41,683,805
by the Department of the Air Force
in June 2025.
The contract
has a duration of 5 years 6 months and
was awarded
through solicitation FA862925R5000
full & open
with
NAICS 541512 and
PSC DA10
via subject to multiple award fair opportunity acquisition procedures with 1 bid received.
As of today, the Delivery Order has a total reported backlog of $37,683,805 and funded backlog of $2,561,111.
This contract was awarded through vehicle Alliant II (Unrestricted).
DOD Announcements
Jun 2025:
General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $41,683,803 cost-plus-fixed-fee task order issued under the Government Services Administration Alliant 2 Government Wide Acquisition Contract. This contract provides for an agile software development program to produce and integrate enterprise software for battlefield data communications, targeting, and battlespace awareness. Work will be performed at Beavercreek, Ohio, and is expected to be completed by December 2030. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,000,000 are obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-25-F-B020).
Status
(Open)
Last Modified 6/27/25
Period of Performance
6/27/25
Start Date
6/26/26
Current End Date
12/27/30
Potential End Date
Obligations and Backlog
$4.0M
Total Obligated
$6.6M
Current Award
$41.7M
Potential Award
$2.6M
Funded Backlog
$37.7M
Total Backlog
Award Hierarchy
Vehicle
Governmentwide Acquisition Contract
Delivery Order
47QTCK18D0003-FA862925FB020
Subcontracts
Activity Timeline
People
Suggested agency contacts for 47QTCK18D0003-FA862925FB020
Competition
Number of Bidders
1
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
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
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Non-Commercial Item
Awardee UEI
SMNWM6HN79X5
Awardee CAGE
07MU1
Agency Detail
Awarding Office
FA8629 FA8629 AFLCMC WISK SOF/PR
Funding Office
F2BDAP
Created By
edwin.hernandez_mendez.2.conit@us.af.mil
Last Modified By
edwin.hernandez_mendez.2.conit@us.af.mil
Approved By
edwin.hernandez_mendez.2.conit@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Performance District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Modified: 6/27/25