Search IDVs

FA810624DB001

Indefinite Delivery Contract

Overview

Government Description
THE UNITED STATES AIR FORCE (USAF) REQUIRES MISSION ESSENTIAL CONTRACTOR LOGISTICS SUPPORT (CLS) SERVICES FOR TWO (2) USAF E-9A WIDGET AIRCRAFT. SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR FULL SCOPE OF REQUIREMENT.
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
Vehicle Ceiling
$55,000,000 (29% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Herndon, Virginia 20171 United States.
Sole Source This IDC was awarded sole source to Akima Facilities Operations because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent Akima Facilities Operations is listed as graduating from the 8(a) program in January 2028, which may limit its ability to recompete.
Akima Facilities Operations was awarded Indefinite Delivery Contract FA810624DB001 (FA8106-24-D-B001) by the Department of the Air Force in March 2024. The IDC has a duration of 5 years 3 months and was awarded through solicitation E-9A Contractor Logistics Support Services 8(a) Source Direct with a 8(a) Sole Source set aside with NAICS 488190 and PSC J015 via sole source acquisition procedures with 1 bid received. To date, $22,752,042 has been obligated through this vehicle. The total ceiling is $55,000,000, of which 29% has been used. As of today, the IDC has a total reported backlog of $7,023,748 and funded backlog of $7,023,748.

Status
(Open)

Modified 5/30/25
Period of Performance
3/1/24
Start Date
6/1/29
Ordering Period End Date
31.0% Complete

Task Order Obligations and Backlog
$15.7M
Total Obligated
$22.8M
Current Award
$22.8M
Potential Award
69% Funded
$7.0M
Funded Backlog
$7.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA810624DB001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA810624DB001

$-

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 FA810624DB001

Subcontract Awards

Disclosed subcontracts for FA810624DB001

Opportunity Lifecycle

Procurement history for FA810624DB001

Transaction History

Modifications to FA810624DB001

People

Suggested agency contacts for FA810624DB001

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
K218AKKG7SH6
Awardee CAGE
7W2N1
Agency Detail
Awarding Office
FA8106 FA8106 AFLCMC WLK
Funding Office
F3YALT F3YALT AFLCMC WLZW
Created By
acps5700_afmc_tinker1
Last Modified By
acps5700_afmc_tinker1
Approved By
acps5700_afmc_tinker1

Legislative

Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 5/30/25