Search Prime Contracts

GS00Q14OADU130-FA489023F0014

Delivery Order

Overview

Government Description
PROVIDE SUPPORT SERVICES TO SATISFY THE OVERALL OPERATION OBJECTIVES OF ACC/A5/8Z ACROSS THE SPECIAL ACCESS PROGRAM
Awarding / Funding Agency
Place of Performance
Langley Afb, VA 23665 United States
Pricing
Fixed Price Level Of Effort
Set Aside
None
Extent Competed
Full And Open Competition
Est. Average FTE
77
Analysis Notes
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of Defense has an overall small business subcontracting goal of 30%
Science Applications International Corporation was awarded Delivery Order FA4890-23-F-0014 worth up to $63,701,488 by Air Combat Command in February 2023. The contract has a duration of 5 years and was awarded full & open with NAICS 541330 and PSC R408. As of today, the Delivery Order has a total reported backlog of $53,530,232 and funded backlog of $2,268,343. This contract was awarded through One Acquisition Solution for Integrated Services (OASIS).

DOD Announcements

Dec 2022: SAIC, Reston, Virginia, was awarded a $63,451,488 firm-fixed-price, level of effort contract for Headquarters Air Combat Command, Advanced Programs Division. This contract provides for operational, logistics, planning, electronic warfare, information technology, and security disciplines supporting Headquarters Air Combat Command, Advanced Programs Division. Work will be performed at Joint Base Langley-Eustis, Virginia; Eglin Air Force Base, Florida, Joint Base Pearl Harbor-Hickam, Hawaii, Ramstein Air Base, Germany, Nellis AFB, Nevada; and Joint Base Elmendorf-Richardson, Alaska. The work is expected to be complete by Feb. 29, 2028.  This contract was a competitive acquisition, and two offers were received. Fiscal 2023 operation and maintenance funds in the amount of $881,737 are being obligated at the time of award. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity for this task order (FA489023F0014).

Status
(Open)

Last Modified 11/16/23
Period of Performance
2/28/23
Start Date
2/29/24
Current End Date
2/29/28
Potential End Date
16.0% Complete

Obligations and Backlog
$10.2M
Total Obligated
$12.4M
Current Award
$63.7M
Potential Award
16% Funded
$2.3M
Funded Backlog
$53.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

GS00Q14OADU130

Delivery Order

GS00Q14OADU130-FA489023F0014

Subcontracts

0

Activity Timeline

Transaction History

Modifications to GS00Q14OADU130-FA489023F0014

People

Suggested agency contacts for GS00Q14OADU130-FA489023F0014

Competition

Number of Bidders
2
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
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 Required (Incentive Not Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
MMLKPW9JLX64
Awardee CAGE
6XWA8
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F2QF34
Created By
rose.bennett@us.af.mil
Last Modified By
fpdsadmin
Approved By
rose.bennett@us.af.mil

Legislative

Legislative Mandates
None Applicable
Performance District
VA-03
Senators
Mark Warner
Timothy Kaine
Representative
Robert Scott
Modified: 11/16/23