FA810024DB002
Indefinite Delivery Contract
Overview
Government Description
Enterprise Network Contract Support (ENCS) CLIN and subclins under this contract shall be in accordance with (IAW) attachment 1, data item descriptions, attachment 3, pricing matrix - ENCS, and attachment 4, Performance Work Statement (PWS). Work performed includes network equipment and software purchases, Subject Matter Expert (SME) support, and network expansion efforts such as the Robins Industrial Network (RIN) phase II at robins Air Force base.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$42,144,760
Vehicle Ceiling
$90,126,079 (16% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73145 United States.
Sole Source This IDC was awarded sole source to DNI Emerging Technologies because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent DNI Emerging Technologies is listed as graduating from the 8(a) program in November 2030, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to DNI Emerging Technologies because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent DNI Emerging Technologies is listed as graduating from the 8(a) program in November 2030, which may limit its ability to recompete.
DNI Emerging Technologies was awarded
Indefinite Delivery Contract FA810024DB002 (FA8100-24-D-B002)
by
Air Force Sustainment Center
for Enterprise Network Contract Support (ENCS)
in August 2024.
The IDC
has a duration of 10 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 541512 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $14,596,673 has been obligated through this vehicle.
The total ceiling is $90,126,079, of which 16% has been used.
Status
(Open)
Modified 11/14/25
Period of Performance
8/31/24
Start Date
8/31/34
Ordering Period End Date
Task Order Obligations
$14.6M
Total Obligated
$14.6M
Current Award
$14.6M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA810024DB002
$-
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 FA810024DB002
Subcontract Awards
Disclosed subcontracts for FA810024DB002
Transaction History
Modifications to FA810024DB002
People
Suggested agency contacts for FA810024DB002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
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
MKAQAB8ECG69
Awardee CAGE
8Q2A9
Agency Detail
Awarding Office
FA8100 FA8100 AFSC PZIEC
Funding Office
F3YFZR F3YFZR OC ALC AFSC FZRE
Created By
chelsea.kuykendall@us.af.mil
Last Modified By
chelsea.kuykendall@us.af.mil
Approved By
chelsea.kuykendall@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
OK-03
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Frank Lucas
Last Modified: 11/14/25