Search IDVs

FA489023D0007

Indefinite Delivery Contract

Overview

Government Description
COUNTER-NARCOTICS AND GLOBAL THREATS OPERATIONS, LOGISTICS AND TRAINING SUPPORT
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$960,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hampton, Virginia 23666 United States.
Amendment Since initial award the Ordering Period End Date was extended from 03/14/32 to 09/17/32.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
PAE Applied Technologies was awarded Indefinite Delivery Contract FA489023D0007 (FA4890-23-D-0007) by Air Combat Command for Counter-Narcotics And Global Threats Operations, Logistics And Training Support in March 2023. The IDC has a duration of 9 years 6 months and was awarded through solicitation CN&GT Operations, Logistics & Training MAIDIQ full & open with NAICS 561210 and PSC R706 via direct negotiation acquisition procedures with 75 bids received. To date, $2,000 has been obligated through this vehicle. The total ceiling is $960,000,000, of which 0% has been used. The vehicle was awarded through CN&GT Operations, Logistics & Training IDIQ.

DOD Announcements

Mar 2023: Next Evolution Logistics Solutions, Durham, New Hampshire (FA489023D0001); Resicum International, LLC, Warrenton, Virginia (FA489023D0002); Cambridge International Systems Inc., Arlington, Virginia (FA489023D0003); Culmen International LLC, Alexandria, Virginia (FA489023D0004); Fluor Intercontinental Inc., Greenville, South Carolina (FA489023D0005); Patriot Group International Inc., Warrenton, Virginia (FA489023D0006); PAE Applied Technologies LLC, Arlington, Virginia (FA489023D0007); Obera LLC, Herndon, Virginia (FA489023D0008); Advanced Engineering Solutions and Services LLC, Bel Air, Maryland, (FA489023D0009); AOC Program Solutions LLC, Chantilly, Virginia (FA489023D0010); Chimera Enterprises International, Edgewood, Maryland (FA489023D0011); HTGS-Culmen JV, Herndon, Virginia (FA489023D0012); BFS Solutions LLC JV, Hume, Virginia (FA489023D0013); BL-ACADEMI JV LLC, Lakeside, Montana (FA489023D0014); LRG Service LLC JV, Anchorage, Alaska (FA489023D0015); Commonwealth Trading Partners Inc., Alexandria, Virginia (FA489023D0016); SGI Global LLC, Alexandria, Virginia (FA489023D0017); and Weaponize LLC JV, Austin, Texas (FA489023D0018), have been awarded a combined not-to-exceed $960,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Counter-Narcotics and Global Threats, Operations, Logistics and Training Support program. This contract provides for services, equipment, material, training support, products, minor construction, repair services, and other items as authorized by statute and regulation to meet national security objectives and improve the capability of the United States and partner nation agencies' endeavors to detect, deter, disrupt, degrade and defeat national security threats, including those posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks. Performance locations under this contract shall be required both within the U.S. and outside the continental U.S. (OCONUS), with the vast majority of work occurring OCONUS. OCONUS work may include dangerous areas including theaters of operations, combat zones and partner nations. Efforts under the scope of this contract will be completed on or before March 14, 2032. This award is the result of a competitive acquisition with 75 offers received. Fiscal 2023 operations and maintenance funds in the amount of $36,000 combined to all offerors are being obligated via eighteen task orders issued against each indefinite-delivery/indefinite-quantity contract at the time of award to satisfy the minimum guarantee. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activi

Status
(Open)

Modified 5/17/24
Period of Performance
3/14/23
Start Date
9/17/32
Ordering Period End Date
17.0% Complete

Task Order Obligations
$2.0K
Total Obligated
$2.0K
Current Award
$2.0K
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA489023D0007

Contracts

-

Subcontracts

-

Contract Awards

Prime task orders awarded under FA489023D0007

Subcontract Awards

Disclosed subcontracts for FA489023D0007

Opportunity Lifecycle

Procurement history for FA489023D0007

Transaction History

Modifications to FA489023D0007

People

Suggested agency contacts for FA489023D0007

Competition

Number of Bidders
75
Solicitation Procedures
Negotiated Proposal/Quote
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
K55GHE7FCEF5
Awardee CAGE
1JGQ2
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F2QF04 F2QF04 HQ ACC AMIC DRR
Created By
tracy.allen.4@us.af.mil
Last Modified By
tracy.allen.web
Approved By
tracy.allen.4@us.af.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Construction Wage Rate Requirements Labor Standards
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer
Last Modified: 5/17/24