Search Prime Contracts

GS00Q09BGD0037-FA830715F0028

Delivery Order

Overview

Government Description
AIR FORCE KEY MANAGEMENT INFRASTRUCTURE CRPTOGRAPHIC CORE AND PORTABLE KEY LOADER
Awardee
Place of Performance
Reston, VA 20190 United States
Pricing
Cost Plus Incentive Fee
Set Aside
None
Extent Competed
Full And Open Competition
Related Opportunity (Parent Award)
Analysis Notes
Amendment Since initial award the Potential Award value has decreased 5% from $13,164,171 to $12,504,274.
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of Defense has an overall small business subcontracting goal of 30%
Caci Nss was awarded Delivery Order FA830715F0028 (FA8307-15-F-0028) for Air Force Key Management Infrastructure Crptographic Core And Portable Key Loader worth up to $12,504,274 by AFLCMC Joint Base San Antonio in September 2015. The contract has a duration of 2 years and was awarded full & open with NAICS 541512 and PSC 5811 via subject to multiple award fair opportunity acquisition procedures with 3 bids received. This contract was awarded through vehicle Alliant.

DOD Announcements

Sep 2015: L-3 National Security Solutions Inc., Reston, Virginia, has been awarded a $13,363,649 cost-plus-incentive-fee and cost- reimbursement delivery order. Contractor will provide for contract deliverable for a certified common cryptographic core, certified portable key loader intelligence version, certified portable key loader garrison version, and certified portable key loader tactical version, with 20 productions units. Work will be performed at Camden, New Jersey, and is expected to be complete by Sept. 30, 2017. This award is the result of a competitive acquisition and three offers were received. Fiscal 2015 research and development funds in the amount of $2,250,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Lackland Air Force Base, Texas, is the contracting activity (FA8307-15-F-0028).

Status
(Complete)

Last Modified 3/1/23
Period of Performance
9/11/15
Start Date
9/11/17
Current End Date
9/11/17
Potential End Date
100% Complete

Obligations
$12.5M
Total Obligated
$12.5M
Current Award
$12.5M
Potential Award
100% Funded

Award Hierarchy

Vehicle

Alliant

Governmentwide Acquisition Contract

GS00Q09BGD0037

Delivery Order

GS00Q09BGD0037-FA830715F0028

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to GS00Q09BGD0037-FA830715F0028

Transaction History

Modifications to GS00Q09BGD0037-FA830715F0028

People

Suggested agency contacts for GS00Q09BGD0037-FA830715F0028

Competition

Number of Bidders
3
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 Required (Incentive Not Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
All Others Not Identifiable To Any Other Procurement Program
IT Commercial Item Category
Not Applicable
Awardee UEI
GS59ABNVD6N7
Awardee CAGE
3HNV7
Agency Detail
Awarding Office
S5102A HQ DEF CONTRACT MANAGEMENT AGENCY
Funding Office
FA8307
Created By
kimberly.licence@dcma.mil
Last Modified By
idv_correct
Approved By
kimberly.licence@dcma.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Labor Standards
Performance District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Modified: 3/1/23