Search IDVs

FA254420D0001

Indefinite Delivery Contract

Overview

Government Description
IDIQ FOR GEOSPARK ANALYTICS. ORDERING ACTIVITIES MAY NOT PLACE DELIVERY ORDERS AGAINST THIS CONTRACT WITHOUT PRIOR COORDINATION WITH THE USSF ACQUISITION OFFICE.
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$95,000,000 (6% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20229 United States.
Sole Source This IDC was awarded sole source to Geospark Analytics because the government was authorized to sole source the contract by statute.
Geospark Analytics was awarded Indefinite Delivery Contract FA254420D0001 (FA2544-20-D-0001) by the Department of the Air Force for Idiq For Geospark Analytics. Ordering Activities May Not Place Delivery Orders Against This Contract Without Prior Coordination With The Ussf Acquisition Office. in September 2020. The IDC has a duration of 5 years and was awarded full & open with NAICS 511210 and PSC 7030 via sole source acquisition procedures with 1 bid received. To date, $5,596,439 has been obligated through this vehicle with a potential value of all existing task orders of $14,859,786. The total ceiling is $95,000,000, of which 6% has been used. As of today, the IDC has a total reported backlog of $9,263,348.

DOD Announcements

Sep 2020: Geospark Analytics Inc., Herndon, Virginia, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five year ordering period for the Phase Three commercialization of their Small Business Innovation Research Phase One technology of Hyperion Artificial Intelligence.  This enterprise-level contract provides near real time situational awareness capabilities to the entire U.S. federal government, enabling users to make better decisions faster.  This is accomplished by identifying and forecasting emerging events on a global scale to mitigate risk, recognize threats, greatly enhance indications and warnings and provide predictive analytics capabilities.  Work will be performed in Herndon, Virginia, and is expected to be completed Sept. 1, 2025.  Fiscal 2020 operations and maintenance funds in the amount of $200,000 will be obligated at the time of award.  Headquarters U.S. Space Force, Peterson Air Force Base, Colorado, is the contracting activity (FA2544-20-D-0001).

Status
(Open)

Modified 9/6/24
Period of Performance
9/2/20
Start Date
9/1/25
Ordering Period End Date
94.0% Complete

Task Order Obligations and Backlog
$5.6M
Total Obligated
$5.6M
Current Award
$14.9M
Potential Award
38% Funded
$0.0
Funded Backlog
$9.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA254420D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA254420D0001

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA254420D0001

Subcontract Awards

Disclosed subcontracts for FA254420D0001

Transaction History

Modifications to FA254420D0001

People

Suggested agency contacts for FA254420D0001

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Research Type
Small Business Innovation Research Program (SBIR) Phase III
Awardee UEI
QH3TRKAQMND9
Awardee CAGE
7XXX8
Agency Detail
Awarding Office
FA2518 FA2518 USSF SPOC/SAIO
Funding Office
FA2518 FA2518 USSF SPOC/SAIO
Created By
susan.hashemi@us.af.mil
Last Modified By
fpdsadmin
Approved By
ryan.bloedow@us.af.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Representative
Jennifer Wexton

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Procurement, Construction, and Improvements, U.S. Customs and Border Protection, Homeland Security (070-0532) Federal law enforcement activities Equipment (31.0) $717,639 40%
Public Health and Social Services Emergency Fund, Office of the Secretary, Health and Human Services (075-0140) Health care services Other services from non-Federal sources (25.2) $616,826 35%
Disaster Relief Fund, Federal Emergency Management Agency, Homeland Security (070-0702) Disaster relief and insurance Advisory and assistance services (25.1) $453,200 25%
Last Modified: 9/6/24