Search IDVs

FA821021D0002

Indefinite Delivery Contract

Overview

Government Description
RANGE IDIQ SUPPORT EFFORT (RISE) - IN SUPPORT OF AEROSPACE DOMINANCE ENABLER DIVISION - RANGE THREAT SYSTEMS BRANCH (AFLCMC/HBZC)
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$950,000,000
Vehicle Ceiling
$950,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chantilly, Virginia 20151 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amentum Services was awarded Indefinite Delivery Contract FA821021D0002 (FA8210-21-D-0002) by AFLCMC Hill AFB for Range Idiq Support Effort (RISE) - In Support Of Aerospace Dominance Enabler Division - Range Threat Systems Branch (AFLCMC/HBZC) in June 2021. The IDC has a duration of 5 years and was awarded through solicitation Range IDIQ Support Effort (RISE) full & open with NAICS 334511 and PSC R425 via direct negotiation acquisition procedures with 20 bids received. To date, $3,569,484 has been obligated through this vehicle. The total ceiling is $950,000,000, of which 0% has been used. The vehicle was awarded through Range IDIQ Support Effort (RISE).

DOD Announcements

Jun 2021: Amentum Services Inc., Germantown, Maryland (FA8210-21-D-0002); Applied Research Associates Inc., Albuquerque, New Mexico (FA8210-21-D-0003); Booz Allen Hamilton Inc., McLean, Virginia (FA8210-21-D-0004); Ball Aerospace & Technologies Corp., Boulder, Colorado (FA8210-21-D-0005); Dynetics Inc., Huntsville, Alabama (FA8210-21-D-0006); EWA Government Systems Inc., Herndon, Virginia (FA8210-21-D-0007); Georgia Tech Applied Research Corp., Atlanta, Georgia (FA8210-21-D-0008); IERUS Technologies Inc., Huntsville, Alabama (FA8210-21-D-0009); KIHOMAC Inc., Reston, Virginia (FA8210-21-D-0010); DRS Training & Control Systems LLC, Fort Walton Beach, Florida (FA8210-21-D-0011); Lockheed Martin Corp., Grand Prairie, Texas (FA8210-21-D-0012); Amherst Systems Inc., Buffalo, New York (FA8210-21-D-0013); Radiance Technologies Inc., Huntsville, Alabama (FA8210-21-D-0014); Raytheon Co., Tewksbury, Massachusetts (FA8210-21-D-0015); Saab Inc., Syracuse, New York (FA8210-21-D-0016); Scientific Research Corp., Atlanta, Georgia (FA8210-21-D-0017); Signature Research Inc., Calumet, Michigan (FA8210-21-D-0018); SRC Inc., Syracuse, New York (FA8210-21-D-0019); Technology Service Corp., Arlington, Virginia (FA8210-21-D-0020); and Viasat Inc., Tempe, Arizona (FA8210-21-D-0021), have been awarded a not-to-exceed $950,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for support of Range Threat Systems Branch, including Advanced Radar Threat Systems, Joint Treat Emitter and Branch Modernization programs.  This entails threat radar systems, along with supporting tools and infrastructure to the Air Force combat training ranges.  Work will be performed at Hill Air Force Base, Utah, and/or at the contractor’s facility, depending on the individual task order, and is expected to be completed June 22, 2027.  This award is the result of a competitive acquisition with 20 offers received.  Fiscal 2021 research, development, test and evaluations funds in the amount of $5,000 are being awarded to each contractor at the time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Status
(Open)

Modified 5/2/23
Period of Performance
6/22/21
Start Date
6/22/26
Ordering Period End Date
85.0% Complete

Task Order Obligations
$3.6M
Total Obligated
$3.6M
Current Award
$3.6M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA821021D0002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA821021D0002

$-

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 FA821021D0002

Subcontract Awards

Disclosed subcontracts for FA821021D0002

Opportunity Lifecycle

Procurement history for FA821021D0002

Transaction History

Modifications to FA821021D0002

People

Suggested agency contacts for FA821021D0002

Competition

Number of Bidders
20
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
QEMLRQA7PLG4
Awardee CAGE
5W3V7
Agency Detail
Awarding Office
S2101A DCMA BALTIMORE
Funding Office
FA8210 FA8210 AFLCMC HBZK
Created By
sysorig@sa9763.dcma
Last Modified By
sysorig@sa9763.dcma
Approved By
sysorig@sa9763.dcma

Legislative

Legislative Mandates
Labor Standards
Awardee District
VA-06
Senators
Mark Warner
Timothy Kaine
Representative
Ben Cline
Last Modified: 5/2/23