FA238524DB001
Indefinite Delivery Contract
Overview
Government Description
ADVANCED UNMANNED AERIAL SYSTEMS (UAS)
Awardee
Awarding Agency
Funding Agency
PSC
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$30,000,000
Vehicle Ceiling
$151,000,000 (26% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Irvine, California 92618 United States.
Sole Source This IDC was awarded sole source to Dzyne Technologies because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 51% from $100,000,000 to $151,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to Dzyne Technologies because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 51% from $100,000,000 to $151,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Dzyne Technologies was awarded
Indefinite Delivery Contract FA238524DB001 (FA2385-24-D-B001)
by
Air Force Research Laboratory
for Advanced Unmanned Aerial Systems (UAS)
in December 2023.
The IDC
has a duration of 7 years and
was awarded
full & open
with
NAICS 541715 and
PSC AC13
via sole source acquisition procedures with 1 bid received.
To date, $62,208,845 has been obligated through this vehicle with a potential value of all existing task orders of $64,069,510.
The total ceiling is $151,000,000, of which 26% has been used.
As of today, the IDC has a total reported backlog of $24,632,726 and funded backlog of $22,772,061.
DOD Announcements
Dec 2023:
DZYNE Technologies, Inc., Fairfax, Virginia; and Irvine, California, were awarded a $49,000,000 indefinite-quantity/indefinite-delivery, Small Business Innovation Research Phase III contract for advanced Unmanned Aerial Systems (UAS) research and development. This contract provides for the investigation and development of advanced unmanned aerial systems to improve flight performance, sensor capabilities, and flight endurance of long endurance UAS, expand low-cost precision delivery cargo using improved navigation sensors, propulsion, and other vehicle upgrades, facilitate rapid conversion of manned aircraft to UAS, and develop other advanced UAS upgrades to support operational user needs. Work will be performed in Irvine, California, and is expected to be completed by Dec. 12, 2030. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $700,000; and fiscal 2024 research, development, test, and evaluation funds in the amount of $920,000, are being obligated to the initial task order at time of award. The Air Force Research Laboratory Wright-Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-D-B001 and FA2385-24-F-B001).
Status
(Open)
Modified 2/5/25
Period of Performance
12/11/23
Start Date
12/12/30
Ordering Period End Date
Task Order Obligations and Backlog
$39.4M
Total Obligated
$62.2M
Current Award
$64.1M
Potential Award
$22.8M
Funded Backlog
$24.6M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA238524DB001
$-
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 FA238524DB001
Subcontract Awards
Disclosed subcontracts for FA238524DB001
Transaction History
Modifications to FA238524DB001
People
Suggested agency contacts for FA238524DB001
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Research Type
Small Business Innovation Research Program (SBIR) Phase III
Awardee UEI
H5CDSXZGE983
Awardee CAGE
6RZK9
Agency Detail
Awarding Office
FA2385 FA2385 USAF AFMC AFRL PZL AFRL PZLD
Funding Office
F4FBGK F4FBGK AFRL RS
Created By
tyler.milligan.2@us.af.mil
Last Modified By
tyler.milligan.2@us.af.mil
Approved By
tyler.milligan.2@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 2/5/25