FA805120D0004
Indefinite Delivery Contract
Overview
Government Description
AFCAP V - BASIC CONTRACT FLUOR
Awardee
Funding Agency
Pricing
Cost No Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$15,000,000,000 (3% Used)
Related Opportunity
FA805118R3013
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Holloman Afb, New Mexico 88330 United States.
Amendment Since initial award the Vehicle Ceiling has increased 134% from $6,400,000,000 to $15,000,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Vehicle Ceiling has increased 134% from $6,400,000,000 to $15,000,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Fluor Intercontinental was awarded
Indefinite Delivery Contract FA805120D0004 (FA8051-20-D-0004)
by
Air Education and Training Command
for Afcap V - Basic Contract Fluor
in May 2020.
The IDC
has a duration of 8 years and
was awarded
full & open
with
NAICS 561210 and
PSC S216
via direct negotiation acquisition procedures with 8 bids received.
To date, $499,401,315 has been obligated through this vehicle with a potential value of all existing task orders of $810,193,224.
The total ceiling is $15,000,000,000, of which 3% has been used.
As of today, the IDC has a total reported backlog of $393,060,550 and funded backlog of $82,268,641.
The vehicle was awarded through Air Force Contract Augmentation Program V (AFCAP V).
DOD Announcements
Apr 2020:
URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008), have been awarded a combined ceiling $6,400,000,000, multiple award, indefinite-delivery/indefinite-quantity contract for worldwide contingency and humanitarian support. This contract provides contingency planning, deploying and training/equipping of forces; emergency and contingency construction; logistics/commodities and services. The location of performance is determined at the task order level and includes various locations worldwide. The work is expected to be completed by May 31, 2031. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2020 operations and maintenance funds in the amount of $4,000 per contract are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity.
Status
(Open)
Modified 5/23/24
Period of Performance
5/31/20
Start Date
5/31/28
Ordering Period End Date
Task Order Obligations and Backlog
$417.1M
Total Obligated
$499.4M
Current Award
$810.2M
Potential Award
$82.3M
Funded Backlog
$393.1M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA805120D0004
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA805120D0004
$-
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 FA805120D0004
Subcontract Awards
Disclosed subcontracts for FA805120D0004
Transaction History
Modifications to FA805120D0004
People
Suggested agency contacts for FA805120D0004
Competition
Number of Bidders
8
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
XMJWLE5WFT29
Awardee CAGE
1CZV4
Agency Detail
Awarding Office
FA8051 FA8051 772 ESS PKD
Funding Office
F4ATA7 F4ATA7 AFCEC READINESS
Created By
ellery.english@us.af.mil
Last Modified By
chase.lehocky.3@us.af.mil
Approved By
ellery.english@us.af.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
SC-04
Senators
Lindsey Graham
Tim Scott
Tim Scott
Representative
William Timmons
Last Modified: 5/23/24