Search Prime Contracts

HC102818D0023-HC102821F6440

Delivery Order

Overview

Government Description
UNIFIED CYBER SITUATIONAL AWARENESS (UCSA). SERVICES PROVIDED UNDER THE PRIME CONTRACT AS OUTLINED IN THE STATEMENT OF WORK (SOW), INCLUDING WORK PERFORMED ON VARIOUS TASK ORDERS AND RELEASES.
Alternate Description
UCSA
Place of Performance
Beltsville, MD 20705 United States
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Analysis Notes
Amendment Since initial award the Potential Award value has decreased 3% from $201,546,622 to $196,292,013.
Incumbent Based on the size of recent awards, ASRC Research And Technology Solutions may exceed the set-aside threshold of $34 million for NAICS 541519 in the event of a recompete
ASRC Research And Technology Solutions was awarded Delivery Order HC102821F6440 (HC1028-21-F-6440) for Unified Cyber Situational Awareness (UCSA) worth up to $196,292,013 by Defense Information Systems Agency in April 2021. The contract has a duration of 5 years and was awarded through solicitation ENCORE III Final Request for Proposal (RFP) with a Small Business Total set aside with NAICS 541519 and PSC DJ01 via subject to multiple award fair opportunity acquisition procedures with 10 bids received. As of today, the Delivery Order has a total reported backlog of $83,014,457 and funded backlog of $306,888. This contract was awarded through vehicle ENCORE Information Technology Services III (ENCORE III).

Status
(Open)

Last Modified 7/14/25
Period of Performance
4/1/21
Start Date
9/30/25
Current End Date
3/31/26
Potential End Date
96.0% Complete

Obligations and Backlog
$113.3M
Total Obligated
$113.6M
Current Award
$196.3M
Potential Award
58% Funded
$306.9K
Funded Backlog
$83.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

HC102818D0023

Delivery Order

HC102818D0023-HC102821F6440

Subcontracts

-

Activity Timeline

Interactive chart of timeline of amendments to HC102818D0023-HC102821F6440

Labor Services Billing

Annual labor billing rates and FTE reported for HC102818D0023-HC102821F6440

Subcontract Awards

Disclosed subcontracts for HC102818D0023-HC102821F6440

Opportunity Lifecycle

Procurement history for HC102818D0023-HC102821F6440

Transaction History

Modifications to HC102818D0023-HC102821F6440

People

Suggested agency contacts for HC102818D0023-HC102821F6440

Competition

Number of Bidders
10
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 Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Defense Program
None
DoD Claimant Code
Services
IT Commercial Item Category
Non-Commercial Service
Awardee UEI
VF2ANJQHJ1N7
Awardee CAGE
49J93
Agency Detail
Awarding Office
HC1028 IT CONTRACTING DIVISION - PL83
Funding Office
HC1047
Created By
rachel.l.arentsen.civ@mail.mil
Last Modified By
rachel.l.arentsen.civ@mail.mil
Approved By
rachel.l.arentsen.civ@mail.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Materials, Supplies, Articles & Equipment
Performance District
MD-04
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Glenn Ivey
Modified: 7/14/25