FA852722D0002
Indefinite Delivery Contract
Overview
Government Description
DCGS GEOSPATIAL INTELLIGENCE (GEOINT) INFRASTRUCTURE FIELD SERVICES SUPPORT
Awardee
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$659,136,453 (28% Used)
Related Opportunity
FA852721R0029
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Sterling, Virginia 20166 United States.
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 500% from $109,941,317 to $659,136,453.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 500% from $109,941,317 to $659,136,453.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Raytheon Company was awarded
Indefinite Delivery Contract FA852722D0002 (FA8527-22-D-0002)
by
Warner Robins Air Logistics Complex
for Dcgs Geospatial Intelligence (GEOINT) Infrastructure Field Services Support
in March 2022.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541330 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $305,369,307 has been obligated through this vehicle.
The total ceiling is $659,136,453, of which 28% has been used.
As of today, the IDC has a total reported backlog of $121,091,786 and funded backlog of $121,091,786.
Status
(Open)
Modified 3/26/25
Period of Performance
3/29/22
Start Date
3/29/27
Ordering Period End Date
Task Order Obligations and Backlog
$184.3M
Total Obligated
$305.4M
Current Award
$305.4M
Potential Award
$121.1M
Funded Backlog
$121.1M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA852722D0002
$-
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 FA852722D0002
Subcontract Awards
Disclosed subcontracts for FA852722D0002
Transaction History
Modifications to FA852722D0002
People
Suggested agency contacts for FA852722D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
Y5ZZFR2AQC63
Awardee CAGE
04071
Agency Detail
Awarding Office
FA8527 FA8527 AFLCMC C3IAK
Funding Office
F3QCAZ F3QCAZ AFLCMC HBGF
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Last Modified: 3/26/25