47QFLA19D0007
Indefinite Delivery Contract
Overview
Government Description
SBIR Phase III Digital Engineering Ecosystem
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$515,000,000 (67% Used)
Related Opportunity
ID05190030
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: El Segundo, California 90245 United States.
Sole Source This IDC was awarded sole source to Sabel Systems Technology Solutions because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Ordering Period End Date was shortened from 04/24/24 to 04/16/24.
Direct Award $496,961.62 was obligated directly to this IDV and does not have an associated task order.
Sole Source This IDC was awarded sole source to Sabel Systems Technology Solutions because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Ordering Period End Date was shortened from 04/24/24 to 04/16/24.
Direct Award $496,961.62 was obligated directly to this IDV and does not have an associated task order.
Sabel Systems Technology Solutions was awarded
Indefinite Delivery Contract 47QFLA19D0007 (47QFLA-19-D-0007)
by
AFLCMC Wright Patterson AFB
in April 2019.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541511 and
PSC D308
via sole source acquisition procedures with 1 bid received.
To date, $360,939,664 has been obligated through this vehicle with a potential value of all existing task orders of $441,604,438.
The total ceiling is $515,000,000, of which 67% has been used.
As of today, the IDC has a total reported backlog of $99,053,179 and funded backlog of $18,388,405.
Status
(Complete)
Modified 6/15/23
Period of Performance
4/24/19
Start Date
4/16/24
Ordering Period End Date
Task Order Obligations and Backlog
$342.6M
Total Obligated
$360.9M
Current Award
$441.6M
Potential Award
$18.4M
Funded Backlog
$99.1M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 47QFLA19D0007
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 47QFLA19D0007
Subcontract Awards
Disclosed subcontracts for 47QFLA19D0007
Transaction History
Modifications to 47QFLA19D0007
People
Suggested agency contacts for 47QFLA19D0007
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Research Type
Small Business Innovation Research Program (SBIR) Phase III
Awardee UEI
F65SGFW2TUC6
Awardee CAGE
5Z2A6
Agency Detail
Awarding Office
47QFLA GSA FAS AAS REGION 5
Funding Office
F4FDFQ AFLCMC HIAM (TECHNICAL DATA)
Created By
tos.help.desk@gsa.gov
Last Modified By
nicholas.smothers@gsa.gov
Approved By
nicholas.smothers@gsa.gov
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Acquisition Services Fund, General Services Administration (047-4534) | General property and records management | Advisory and assistance services (25.1) | $122,517,681 | 100% |
Last Modified: 6/15/23