Search Prime Contracts

H9240219C0006

Definitive Contract
'Game Changing Market Intel'

HigherGov subscribers won more than $30 Billion in government awards in our first year

Free Trial Schedule Demo

Overview

Government Description
ISS-J - BASE YEAR CONUS LABOR
Alternate Description
ISS-J II
Place of Performance
Fort Bragg, NC 28307 United States
Pricing
Labor Hours
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Est. Average FTE
307
Notes
Amendment Since initial award the Potential End Date has been extended from 06/09/24 to 09/25/24.
Incumbent Based on the size of recent awards, Actionable Solutions Group may exceed the set-aside threshold of $19.5 million for NAICS 541990 in the event of a recompete
Actionable Solutions Group was awarded Definitive Contract H92402-19-C-0006 worth up to $263,146,075 by U.S. Special Operations Command through solicitation ISS-J II Solicitation in May 2019. The contract has a duration of 5 years 4 months and was awarded with a Service Disabled Veteran Owned Small Business set aside with NAICS 541990 and PSC R423. As of today, the Definitive Contract has a total reported backlog of $80,169,194 and funded backlog of $74,272,768.

DOD Announcements

May 2019: Actionable Solutions Group LLC (ASG),** Alexandria, Virginia, was awarded a maximum $240,658,061 single award contract (H92402-19-C-0006) with a base year and four one-year options to provide intelligence analyst support to U.S. Special Operations Command (USSOCOM).  Fiscal 2019 operations and maintenance funds in the amount of $2,500 are being obligated at time of award.  The work will be performed at multiple geographic locations both inside and outside the continental U.S., and will continue through fiscal 2024.  This contract was awarded competitively as a service-disabled, veteran-owned small business set aside with 14 proposals received.  USSOCOM headquarters, MacDill Air Force Base, Florida, is the contracting activity.

Status
(Open)

Last Modified 11/18/23
Period of Performance
5/20/19
Start Date
9/25/23
Current End Date
9/25/24
Potential End Date
85.0% Complete

Obligations and Backlog
$183.0M
Total Obligated
$257.2M
Current Award
$263.1M
Potential Award
70% Funded
$74.3M
Funded Backlog
$80.2M
Total Backlog

Award Hierarchy

Definitive Contract

H9240219C0006

Subcontracts

-

Activity Timeline

Subcontract Awards

Disclosed subcontracts for H9240219C0006

Opportunity Lifecycle

Procurement history for H9240219C0006

Transaction History

Modifications to H9240219C0006

People

Suggested agency contacts for H9240219C0006

Competition

Number of Bidders
14
Solicitation Procedures
Negotiated Proposal/Quote
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
Defense Program
None
DoD Claimant Code
Services
IT Commercial Item Category
Not Applicable
Awardee UEI
WXN6ZYPPWG23
Awardee CAGE
80TL8
Agency Detail
Awarding Office
H92402 HQ USSOCOM
Funding Office
H92402
Created By
emiliani.geneva@socom.mil
Last Modified By
fpdsadmin
Approved By
emiliani.geneva@socom.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
NC-09
Senators
Thom Tillis
Ted Budd
Representative
Richard Hudson
Modified: 11/18/23