75N98120D00015-70T04021F7672N063
Delivery Order
Overview
Government Description
TSIF SYSTEMS INVENTORY & INTEGRATION (TSII) SERVICES.
Alternate Description
TSA TSII
Awardee
Awarding / Funding Agency
Place of Performance
Arlington, DC 20598 United States
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Related Opportunity
(Parent Award)
Analysis Notes
Amendment Since initial award the Potential Award value has increased 2% from $13,953,182 to $14,184,975.
Incumbent Based on the size of recent awards, Agile Defense may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
Incumbent Based on the size of recent awards, Agile Defense may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
Agile Defense was awarded
Delivery Order 70T04021F7672N063 (70T040-21-F-7672N063)
for Tsif Systems Inventory & Integration (TSII) Services.
worth up to $14,184,975
by Transportation Security Administration
in September 2021.
The contract
has a duration of 5 years and
was awarded
with a Small Business Total set aside
with
NAICS 541512 and
PSC K059
via subject to multiple award fair opportunity acquisition procedures with 2 bids received.
As of today, the Delivery Order has a total reported backlog of $2,680,656.
This contract was awarded through vehicle Chief Information Officer - Solutions and Partners 3, Small Business (CIO-SP3 SB).
Status
(Open)
Last Modified 3/13/25
Period of Performance
9/29/21
Start Date
9/28/25
Current End Date
9/28/26
Potential End Date
Obligations and Backlog
$11.5M
Total Obligated
$11.5M
Current Award
$14.2M
Potential Award
$0.0
Funded Backlog
$2.7M
Total Backlog
Award Hierarchy
Governmentwide Acquisition Contract
Delivery Order
75N98120D00015-70T04021F7672N063
Subcontracts
Activity Timeline
Labor Services Billing
Annual labor billing rates and FTE reported for 75N98120D00015-70T04021F7672N063
Year | Services Invoiced | Hours | FTE | Blended Rate |
---|---|---|---|---|
2021 | $511 | 8.0 | 0.0 | $63.92 |
2022 | $2,194,000 | 16,506.2 | 7.9 | $132.92 |
2023 | $2,480,083 | 11,132.5 | 5.4 | $222.78 |
2024 | $2,244,889 | 21,780.0 | 10.5 | $103.07 |
Subcontract Awards
Disclosed subcontracts for 75N98120D00015-70T04021F7672N063
Transaction History
Modifications to 75N98120D00015-70T04021F7672N063
People
Suggested agency contacts for 75N98120D00015-70T04021F7672N063
Competition
Number of Bidders
2
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
KRGLGTXRYL94
Awardee CAGE
1HXK0
Agency Detail
Awarding Office
70T040 SECURITY TECHNOLOGY
Funding Office
70T72X
Created By
7013calexander
Last Modified By
7013jrfurtek
Approved By
7013jrfurtek
Legislative
Legislative Mandates
None Applicable
Performance District
DC-98
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operations and Support, Transportation Security Administration, Homeland Security (070-0550) | Air transportation | Advisory and assistance services (25.1) | $3,421,899 | 57% |
Aviation Security Capital Fund, Transportation Security Administration, Homeland Security (070-5385) | Air transportation | Advisory and assistance services (25.1) | $2,630,308 | 43% |
Modified: 3/13/25