FA805115D0006
Indefinite Delivery Contract
Overview
Government Description
IGF::CT::IGF
AFCAP IV BASIC AWARD
Awardee
Funding Agency
Pricing
Cost Plus Incentive Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$5,000,000,000
Vehicle Ceiling
$5,000,000,000 (4% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Kirtland Afb, New Mexico 87117 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
PAE-Perini was awarded
Indefinite Delivery Contract FA805115D0006 (FA8051-15-D-0006)
by
Air Education and Training Command
for Igf::Ct::Igf
Afcap Iv Basic Award
in June 2015.
The IDC
has a duration of 5 years 3 months and
was awarded
through solicitation AFICA Air Force Contract Augmentation Program (AFCAP) IV
full & open
with
NAICS 561210 and
PSC S216
via direct negotiation acquisition procedures with 10 bids received.
To date, $214,970,948 has been obligated through this vehicle with a potential value of all existing task orders of $225,270,700.
The total ceiling is $5,000,000,000, of which 4% has been used.
As of today, the IDC has a total reported backlog of $28,557,923 and funded backlog of $18,258,171.
The vehicle was awarded through Air Force Contract Augmentation Program IV (AFCAP IV).
DOD Announcements
Jun 2015:
CH2MHILL, Englewood, Colorado, (FA8051-15-D-0001); Fluor-Amec II, Greenville, South Carolina (FA8051-15-D-0002); Exelis Systems Corp., Colorado Springs, Colorado (FA8051-15-D-0003); KBR, Houston, Texas (FA8051-15-D-0004); RMS, Panama City, Florida (FA8051-15-D-0005); PAE-Perini, Arlington, Virginia (FA8051-15-D-0006); URS, Cleveland, Ohio (FA8051-15-D-0007); and DynCorp International, Fort Worth, Texas (FA8051-15-D-0008), have been awarded a combined not-to-exceed $5,000,000,000 indefinite-delivery/indefinite-quantity contract under the Air Force Contract Augmentation Program (AFCAP IV). The contractors will provide a full range of base life and operating support and logistical support on an as-required basis to support all programs with disciplines consistent with the AFCAP description of services. Requirements shall focus on contingency skills and resources to support the Air Force, any Department of Defense component, or any U.S. federal government entity operating in support of missions which could include National Command Authority, joint or combined U.S. military forces acting as part of or in concert with the North Atlantic Treaty Organization, or multinational forces utilizing U.S. government appropriations. Work will be performed at locations worldwide determined by individual needs effective Oct. 1, 2015, and is expected to be complete by Sept. 30, 2021. This award is the result of a competitive acquisition with 10 offers received. Funds will be obligated on individual task orders. The 772nd Enterprise Sourcing Squadron, Air Force Installation Contracting Agency, Tyndall Air Force Base, Florida, is the contracting activity.
Status
(Complete)
Modified 9/16/19
Period of Performance
6/26/15
Start Date
9/30/20
Ordering Period End Date
Task Order Obligations and Backlog
$196.7M
Total Obligated
$215.0M
Current Award
$225.3M
Potential Award
$18.3M
Funded Backlog
$28.6M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA805115D0006
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA805115D0006
$-
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 FA805115D0006
Subcontract Awards
Disclosed subcontracts for FA805115D0006
Opportunity Lifecycle
Procurement history for FA805115D0006
Transaction History
Modifications to FA805115D0006
People
Suggested agency contacts for FA805115D0006
Competition
Number of Bidders
10
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
HSR1EWL8JSK1
Awardee CAGE
758Y0
Agency Detail
Awarding Office
FA8051 FA8051 772 ESS PKD
Funding Office
F4ATA3 AFCEC EAST CEMR
Created By
joseph.willard.4@us.af.mil
Last Modified By
joseph.willard.4@us.af.mil
Approved By
joseph.willard.4@us.af.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $35,216,770 | 80% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Equipment (31.0) | $5,389,073 | 12% |
Operation and Maintenance, Army (021-2020) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $2,301,943 | 5% |
Last Modified: 9/16/19