FA800324D0005
Indefinite Delivery Contract
Overview
Government Description
THIS REQUIREMENT SHALL SERVE AS THE AF MECHANISM TO PROVIDE A VARIETY OF GEOSPATIAL TASKS AND SUPPORT FUNCTIONS.
Awardee
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$100,000,000
Vehicle Ceiling
$222,000,000 (2% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Maryland 20762 United States.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
NV5 Geospatial was awarded
Indefinite Delivery Contract FA800324D0005 (FA8003-24-D-0005)
by
Air Education and Training Command
for This Requirement Shall Serve As The Af Mechanism To Provide A Variety Of Geospatial Tasks And Support Functions.
in May 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation DAF Geospatial Support and Services (GSS) 2.0
full & open
with
NAICS 541370 and
PSC R425
via direct negotiation acquisition procedures with 19 bids received.
To date, $4,369,766 has been obligated through this vehicle with a potential value of all existing task orders of $12,082,202.
The total ceiling is $222,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $7,712,436.
The vehicle was awarded through Geospatial Support & Services (GS&S) 2.0 .
DOD Announcements
May 2024:
Ardent Management Consulting LLC, Tulsa, Oklahoma (FA8003-24-D-0002); Woolpert Inc., Dayton, Ohio (FA8003-24-D-0004); Gannett Fleming Inc., doing business as GeoDecisions, Camp Hill, Pennsylvania (FA8003-24-D-0005); NV5 Geospatial, St. Petersburg, Florida (FA8003-24-D-0006); 22nd Century Technologies Inc., McLean, Virginia (FA8003-24-D-0007); TMS LLC, Chattanooga, Tennessee (FA8003-24-D-0008); Compusult Systems Inc., Chantilly, Virginia (FA8003-24-D-0009); Tukuh Technologies LLC, Kansas City, Missouri (FA8003-24-D-00010); Navancio LLC, Las Vegas, Nevada (FA8003-24-D-0011); KFS LLC, Huntsville, Alabama (FA8003-24-D-0012); Geospatial Consulting Group International LLC, Alexandria, Virginia (FA8003-24-D-0082); The Bison Group LLC, Ashburn, Virginia (FA8003-24-D-0083); True North JV, Bloomington, Indiana (FA8003-24-D-0084); and AcmeSolv LLC, Bethesda, Maryland (FA8003-24-D-0085), have been awarded a multiple award, indefinite-delivery/indefinite-quantity contract with a not-to-exceed combined ceiling of $220,000,000. The general supplies and services (GS&S) 2.0 multiple award contract provides GS&S supporting the Department of the Air Force, other Department of Defense (DOD) organizations, and non-DOD organizations. The GS&S 2.0 multiple award contract will facilitate consistent, aligned and unified GS&S for improved shared situational awareness and decision making across the various echelons of military hierarchy including the unit, installation, and management headquarters levels. The locations of performance are to be determined at the contract directed order level and are expected to be complete by Nov. 28, 2030. This award is the result of a competitive acquisition. Fiscal 2024 operations and maintenance funds in the amount of $3,000 are being obligated against each awardee at the time of award. The Air Force Installation Contracting Center 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Open)
Modified 1/8/25
Period of Performance
5/28/24
Start Date
5/29/29
Ordering Period End Date
Task Order Obligations and Backlog
$4.4M
Total Obligated
$4.4M
Current Award
$12.1M
Potential Award
$0.0
Funded Backlog
$7.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA800324D0005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA800324D0005
$-
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 FA800324D0005
Subcontract Awards
Disclosed subcontracts for FA800324D0005
Opportunity Lifecycle
Procurement history for FA800324D0005
Transaction History
Modifications to FA800324D0005
People
Suggested agency contacts for FA800324D0005
Competition
Number of Bidders
19
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
EMJEL3XM6A87
Awardee CAGE
9R590
Agency Detail
Awarding Office
FA8003 FA8003 771 ENTERPRISE SOURCING SQ
Funding Office
F2MUAB AFIMSC RM
Created By
robert.ortegon@us.af.mil
Last Modified By
robert.ortegon@us.af.mil
Approved By
robert.ortegon@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
FL-14
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Kathy Castor
Last Modified: 1/8/25