Search IDVs

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.
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.
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
16.0% Complete

Task Order Obligations
$14.6M
Total Obligated
$14.6M
Current Award
$14.6M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA810024DB002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA810024DB002

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


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
Representative
Frank Lucas
Last Modified: 11/14/25