FA445223D0012
Indefinite Delivery Contract
Overview
Government Description
TRANSIENT ALERT SERVICES TO SUPPORT AIRCRAFT WHICH ARE NOT ASSIGNED TO A BASE THAT ARE ENROUTE FROM ONE BASE TO ANOTHER. THIS REQUIREMENT PROVIDES TRANSIENT ALERT SERVICES FOR 45 MANDATORY BASES AND 14 OPTIONAL BASES ACROSS NINE MAJCOMS.
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$40,000,000
Vehicle Ceiling
$195,000,000 (6% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Panama City, Florida 32403 United States.
Triad Logistics Services Corporation was awarded
Indefinite Delivery Contract FA445223D0012 (FA4452-23-D-0012)
by
Air Mobility Command
in October 2023.
The IDC
has a duration of 4 years 10 months and
was awarded
with a Small Business Total set aside
with
NAICS 488190 and
PSC J015
via direct negotiation acquisition procedures with 24 bids received.
To date, $14,319,456 has been obligated through this vehicle with a potential value of all existing task orders of $37,561,038.
The total ceiling is $195,000,000, of which 6% has been used.
As of today, the IDC has a total reported backlog of $26,383,569 and funded backlog of $3,141,987.
The vehicle was awarded through Transient Alert Services to Support Aircraft.
DOD Announcements
Sep 2023:
Phoenix Management Inc., Cedar Park, Texas (FA4452-23-D-0016); Triad LSC, Arizona (FA4452-23-D-0012); T Square Logistics, Colorado Springs, Colorado (FA4452-23-D-0010); TA1 LLC, Goodyear, Arizona (FA4452-23-D-0011); Shiloh Services Inc., Smithsville, Texas (FA4452-23-D-0009); MACCS EASI JV2, Summersville, South Carolina (FA4452-23-D-0008); TA1 LLC, Goodyear, Arizona (FA4452-23-D-0015); Tanaq Government Services LLC, Anchorage, Alaska (FA4452-23-D-0013); and PDO-Vision JV LLC, Milwaukee, Wisconsin (FA4452-23-D-0014), were awarded multiple award, indefinite-delivery/indefinite-quantity contracts with a contract ceiling of $195,000,000 for transient alert services to be performed via fixed-price task orders. These contracts provide for transient alert services to support aircraft which are not assigned to a base, or that are en route from one location to another and may require routine servicing, including aircraft management control, arrival, processing, and departure services, aircraft emergency response, services for both in-flight emergency and ground emergency, and environmental compliance, in accordance with applicable Air Force instructions. Work will be performed at 59 Air Force bases, and is expected to be completed by Aug. 31, 2028. These awards are the result of a competitive acquisition and 24 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $18,000 are being obligated at time of award through issuance of nine separate task orders to satisfy the minimum guarantee for each awardee in the amount of $2,000. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Sept. 11, 2023)
Status
(Open)
Modified 9/13/23
Period of Performance
10/8/23
Start Date
8/31/28
Ordering Period End Date
Task Order Obligations and Backlog
$11.2M
Total Obligated
$14.3M
Current Award
$37.6M
Potential Award
$3.1M
Funded Backlog
$26.4M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA445223D0012
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA445223D0012
$-
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 FA445223D0012
Subcontract Awards
Disclosed subcontracts for FA445223D0012
Transaction History
Modifications to FA445223D0012
People
Suggested agency contacts for FA445223D0012
Competition
Number of Bidders
24
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
Awardee UEI
D1VHG2D1XAL3
Awardee CAGE
3T7V1
Agency Detail
Awarding Office
FA4452 FA4452 763 ESS
Funding Office
F3SF37 HQ AMC A45R
Created By
monica.holtmann@us.af.mil
Last Modified By
jennifer.gasparich@us.af.mil
Approved By
jennifer.gasparich@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
FL-08
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Bill Posey
Last Modified: 9/13/23