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)
Awardee
Awarding Agency
Funding Agency
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)
Related Opportunity
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%
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
Task Order Obligations
$3.6M
Total Obligated
$3.6M
Current Award
$3.6M
Potential Award
Award Hierarchy
Vehicle
Indefinite Delivery Contract
FA821021D0002
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA821021D0002
$-
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 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
Timothy Kaine
Representative
Ben Cline
Last Modified: 5/2/23