FA489023D0013
Indefinite Delivery Contract
Overview
Government Description
COUNTER-NARCOTICS AND GLOBAL THREATS OPERATIONS, LOGISTICS AND TRAINING SUPPORT. THIS CONTRACT WILL SUPPORT ALL ORGANIZATIONS TO MEET NATIONAL DEFENSE STRATEGIES AND OBJECTIVES.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Partial (SBP)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$100,000,000
Vehicle Ceiling
$960,000,000 (0% Used)
Related Opportunity
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.
Amendment Since initial award the Ordering Period End Date was extended from 03/14/32 to 09/17/32.
BFS Solutions was awarded
Indefinite Delivery Contract FA489023D0013 (FA4890-23-D-0013)
by
the Department of the Air Force
for Counter-Narcotics And Global Threats Operations, Logistics And Training Support. This Contract Will Support All Organizations To Meet National Defense Strategies And Objectives.
in March 2023.
The IDC
has a duration of 9 years 6 months and
was awarded
through solicitation CN> Operations, Logistics & Training MAIDIQ
with a Small Business Partial set aside
with
NAICS 611430 and
PSC U099
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> 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 4/22/25
Period of Performance
3/14/23
Start Date
9/17/32
Ordering Period End Date
Task Order Obligations
$2.0K
Total Obligated
$2.0K
Current Award
$2.0K
Potential Award
Award Hierarchy
Indefinite Delivery Contract
FA489023D0013
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under FA489023D0013
Subcontract Awards
Disclosed subcontracts for FA489023D0013
Opportunity Lifecycle
Procurement history for FA489023D0013
Transaction History
Modifications to FA489023D0013
People
Suggested agency contacts for FA489023D0013
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
FL1NDE9JA2G7
Awardee CAGE
8EXU7
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F87700 ACCTG DISB STA NR 387700
Created By
jordan.eason.5@us.af.mil
Last Modified By
jordan.eason.5@us.af.mil
Approved By
jordan.eason.5@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Construction Wage Rate Requirements
Labor Standards
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Last Modified: 4/22/25