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.
Awardee
Awarding Agency
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
Vehicle Ceiling
$55,000,000 (29% Used)
Related Opportunity
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.
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
Task Order Obligations and Backlog
$15.7M
Total Obligated
$22.8M
Current Award
$22.8M
Potential Award
$7.0M
Funded Backlog
$7.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA810624DB001
$-
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 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
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 5/30/25