FA521521D0010
Indefinite Delivery Contract
Overview
Government Description
SABER IDIQ FOR GUAM AND HAWAIIAN ISLANDS
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$2,000,000
Vehicle Ceiling
$70,000,000 (70% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Yigo, Guam United States.
Vulnerable Incumbent Aleut Construction is listed as graduating from the 8(a) program in April 2027, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased 40% from $50,000,000 to $70,000,000.
Vulnerable Incumbent Aleut Construction is listed as graduating from the 8(a) program in April 2027, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased 40% from $50,000,000 to $70,000,000.
Aleut Construction was awarded
Indefinite Delivery Contract FA521521D0010 (FA5215-21-D-0010)
by
Pacific Air Forces
for Saber Idiq For Guam And Hawaiian Islands
in September 2021.
The IDC
has a duration of 7 years and
was awarded
through solicitation Indefinite Delivery-Indefinite Quantity Construction Contract for Hawaiian Islands and Guam
with a 8(a) set aside
with
NAICS 236220 and
PSC Z2JZ
via sealed bid acquisition procedures with 11 bids received.
To date, $48,766,937 has been obligated through this vehicle.
The total ceiling is $70,000,000, of which 70% has been used.
As of today, the IDC has a total reported backlog of $40,973 and funded backlog of $40,973.
Status
(Open)
Modified 6/20/25
Period of Performance
9/27/21
Start Date
8/15/28
Ordering Period End Date
Task Order Obligations and Backlog
$48.7M
Total Obligated
$48.8M
Current Award
$48.8M
Potential Award
$41.0K
Funded Backlog
$41.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA521521D0010
$-
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 FA521521D0010
Subcontract Awards
Disclosed subcontracts for FA521521D0010
Opportunity Lifecycle
Procurement history for FA521521D0010
Transaction History
Modifications to FA521521D0010
People
Suggested agency contacts for FA521521D0010
Competition
Number of Bidders
11
Solicitation Procedures
Sealed Bid
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
NM8QFLF8YEP3
Awardee CAGE
7QAU1
Agency Detail
Awarding Office
FA5240 FA5240 36 CONS LGC
Funding Office
F1C346 MSG CE
Created By
troy.manibusan.fa5240
Last Modified By
troy.manibusan.fa5240
Approved By
troy.manibusan.fa5240
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
GU-00
Representative
James (Jim) Moylan
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Land and structures (32.0) | $11,085,699 | 81% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Supplies and materials (26.0) | $2,578,138 | 19% |
Last Modified: 6/20/25