Search IDVs

FA489024D0004

Indefinite Delivery Contract

Overview

Government Description
HUMAN PERFORMANCE OPTIMIZATION PROVIDES THE AGILITY AND CAPACITY TO IMPROVE PERFORMANCE AND EXTEND LONGEVITY OF THE HUMAN WEAPON SYSTEM, IMPROVES COGNITIVE PERFORMANCE, STRENGTHENS EMOTIONAL RESILIENCY, AND INCREASES PHYSICAL CAPACITY AND DURABILITY.
Government Project
HPO
Awardee
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
Single Agency
Individual Order Limit
$988,000,000
Vehicle Ceiling
$988,000,000 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hampton, Virginia 23666 United States.
Reef Systems was awarded Indefinite Delivery Contract FA489024D0004 (FA4890-24-D-0004) by Air Combat Command in March 2024. The IDC has a duration of 10 years and was awarded through solicitation SOLICITATION: FA489023R0026 HUMAN PERFORMANCE OPTIMIZATION (HPO) MULTIPLE-AWARD INDEFINITE-DELIVERY INDEFINITE-QUANTITY (MA-IDIQ) with a Small Business Total set aside with NAICS 621999 and PSC Q999 via direct negotiation acquisition procedures with 11 bids received. To date, $7,379,111 has been obligated through this vehicle with a potential value of all existing task orders of $20,706,745. The total ceiling is $988,000,000, of which 1% has been used. As of today, the IDC has a total reported backlog of $13,542,814 and funded backlog of $215,180. The vehicle was awarded through Human Performance Optimization (HPO) MA-IDIQ.

DOD Announcements

Mar 2024: Potomac Healthcare Solutions LLC, Woodbridge, Virginia (FA4890-24-D-0001); Laredo Technical Services Inc., San Antonio, Texas (FA4890-24-D-0002); T3i Inc., Imperial Beach, California (FA4890-24-D-0003); Reef Systems Corp., Cary, North Carolina (FA4890-24-D-0004); LMR Technical Group LLC, Dallas, Texas (FA4890-24-D-0005); and Bering Straits Information Technology LLC, Anchorage, Alaska (FA4890-24-D-0006), have been awarded a combined, not-to-exceed $988,000,000, multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations. This contract provides for human performance services, supporting multiple customers and locations across the Air Force and Department of Defense. Work will be performed worldwide and is expected to be completed by March 31, 2024. These awards are the result of a competitive acquisition, and 11 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $6,000 ($1,000 per awardee) are being obligated at time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley Eustis, Virginia, is the contracting activity.

Status
(Open)

Modified 4/2/25
Period of Performance
3/31/24
Start Date
3/31/34
Ordering Period End Date
17.0% Complete

Task Order Obligations and Backlog
$7.2M
Total Obligated
$7.4M
Current Award
$20.7M
Potential Award
35% Funded
$215.2K
Funded Backlog
$13.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA489024D0004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA489024D0004

$-

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 FA489024D0004

Subcontract Awards

Disclosed subcontracts for FA489024D0004

Opportunity Lifecycle

Procurement history for FA489024D0004

Transaction History

Modifications to FA489024D0004

People

Suggested agency contacts for FA489024D0004

Competition

Number of Bidders
11
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
DFXUDLBNZFJ8
Awardee CAGE
53QF5
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
FA4890 FA4890 HQ ACC AMIC
Created By
gail.maszka.3@us.af.mil
Last Modified By
gail.maszka.3@us.af.mil
Approved By
gail.maszka.3@us.af.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
NC-02
Senators
Thom Tillis
Ted Budd
Representative
Deborah Ross
Last Modified: 4/2/25