FA489024D0005
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 Agency
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
Vehicle Ceiling
$988,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hampton, Virginia 23665 United States.
LMR Technical Group was awarded
Indefinite Delivery Contract FA489024D0005 (FA4890-24-D-0005)
by
the Department of the Air Force
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, $6,607,655 has been obligated through this vehicle with a potential value of all existing task orders of $65,292,073.
The total ceiling is $988,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $58,684,418.
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.
Mar 2024: Integrated Procurement Technologies, Vandalia, Ohio, was awarded a $ 22,763,707 firm‐fixed‐price, requirements contract for the purchase of AN/APN-232 Combined Altitude Radar Altimeter (CARA), sub-assemblies and signal data converter repairs. This contract provides for the procurement of services required for one of the sub-assemblies of the CARA receiver transmitter and one line replacement unit used on multiple Air Force aircraft. Work will be performed in Melbourne, Florida, and is expected to be completed by March 4, 2029. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539‐24‐D‐0002).
JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $15,805,243 firm-fixed-price modification, to previously awarded contract FA8903-19-C-0021 for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. The modification brings the total cumulative face value of the contract to $240,688,913 from $224,883,670. Work will be performed at the Cadet Chapel, U.S. Air Force Academy, Colorado and is expected to be completed by June 8, 2026. Fiscal 2019 operations and maintenance funds in the amount of $15,805,243 are being obligated at the time of modification award. The 772 Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity.
CORRECTION: The March 4, 2024, announcement of a not-to-exceed $988,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations to 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),included an incorrect completion date. The contract is actually expected to be completed by March 31, 2034.
Mar 2024: Integrated Procurement Technologies, Vandalia, Ohio, was awarded a $ 22,763,707 firm‐fixed‐price, requirements contract for the purchase of AN/APN-232 Combined Altitude Radar Altimeter (CARA), sub-assemblies and signal data converter repairs. This contract provides for the procurement of services required for one of the sub-assemblies of the CARA receiver transmitter and one line replacement unit used on multiple Air Force aircraft. Work will be performed in Melbourne, Florida, and is expected to be completed by March 4, 2029. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539‐24‐D‐0002).
JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $15,805,243 firm-fixed-price modification, to previously awarded contract FA8903-19-C-0021 for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. The modification brings the total cumulative face value of the contract to $240,688,913 from $224,883,670. Work will be performed at the Cadet Chapel, U.S. Air Force Academy, Colorado and is expected to be completed by June 8, 2026. Fiscal 2019 operations and maintenance funds in the amount of $15,805,243 are being obligated at the time of modification award. The 772 Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity.
CORRECTION: The March 4, 2024, announcement of a not-to-exceed $988,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations to 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),included an incorrect completion date. The contract is actually expected to be completed by March 31, 2034.
Status
(Open)
Modified 4/9/24
Period of Performance
3/31/24
Start Date
3/31/34
Ordering Period End Date
Task Order Obligations and Backlog
$6.6M
Total Obligated
$6.6M
Current Award
$65.3M
Potential Award
$0.0
Funded Backlog
$58.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA489024D0005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA489024D0005
$-
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 FA489024D0005
Subcontract Awards
Disclosed subcontracts for FA489024D0005
Opportunity Lifecycle
Procurement history for FA489024D0005
Transaction History
Modifications to FA489024D0005
People
Suggested agency contacts for FA489024D0005
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
ESK1Q6JNF8R5
Awardee CAGE
88AB2
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F87700 ACCTG DISB STA NR 387700
Created By
gail.maszka.3@us.af.mil
Last Modified By
fpdsadmin
Approved By
aimee.black@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
TX-32
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Colin Allred
Last Modified: 4/9/24