Search IDVs

FA860420D3501

Indefinite Delivery Contract

Overview

Government Description
UNIQUE IT SERVICES - ISR SOF (WI)
Pricing
Fixed Price
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$75,000,000 (44% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Ohio 45439 United States.
Vulnerable Incumbent Stellar Innovations & Solutions is listed as graduating from the 8(a) program in December 2024, which may limit its ability to recompete.
Stellar Innovations & Solutions was awarded Indefinite Delivery Contract FA860420D3501 (FA8604-20-D-3501) by Lifecycle Management Center for Unique It Services - Isr Sof (WI) in November 2019. The IDC has a duration of 5 years 3 months and was awarded through solicitation AFLCMC Unique IT Support with a 8(a) set aside with NAICS 541513 and PSC D399 via direct negotiation acquisition procedures with 6 bids received. To date, $52,635,071 has been obligated through this vehicle with a potential value of all existing task orders of $58,839,545. The total ceiling is $75,000,000, of which 44% has been used. As of today, the IDC has a total reported backlog of $26,162,403 and funded backlog of $19,957,928.

DOD Announcements

Nov 2019: JYG Innovations LLC, Dayton, Ohio (FA8604-20-D-3503); Stellar Innovations & Solutions Inc., Moraine, Ohio (FA8604-20-D-3501); and Indigenous Technologies LLC, Chickasha, Oklahoma (FA8604-20-D-3502), have been awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Life Cycle Management Center (AFLCMC) information technology support services.  This contract provides for all personnel, supervision and services necessary to accomplish organizational unique communications and information systems support for AFLCMC Wright Patterson Air Force Base organizations for information technology functions considered to be outside the definition of core services.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 28, 2026.  This award is the result of a competitive acquisition and 17 offers were received.  Fiscal 2020 operations and management and procurement funds in the amount of $215,059 (JYG Innovations LLC); $1,882,637 (Indigenous Technologies LLC); and $1,784,659 (Stellar Innovations and Solutions Inc.), will be obligated at the time of award.  The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Status
(Complete)

Modified 11/17/20
Period of Performance
11/19/19
Start Date
2/28/25
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$32.7M
Total Obligated
$52.6M
Current Award
$58.8M
Potential Award
56% Funded
$20.0M
Funded Backlog
$26.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA860420D3501

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA860420D3501

$-

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 FA860420D3501

Subcontract Awards

Disclosed subcontracts for FA860420D3501

Opportunity Lifecycle

Procurement history for FA860420D3501

Transaction History

Modifications to FA860420D3501

People

Suggested agency contacts for FA860420D3501

Competition

Number of Bidders
6
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
F3H1A4S2W2J1
Awardee CAGE
6C9L3
Agency Detail
Awarding Office
FA8604 FA8604 AFLCMC PZI
Funding Office
F4FDAG F4FDAG AFLCMC WIG GLOBAL HAWK
Created By
usercw@sa5700.fa8604
Last Modified By
usercw@sa5700.fa8604
Approved By
usercw@sa5700.fa8604

Legislative

Legislative Mandates
None Applicable
Awardee District
OH-10
Senators
Sherrod Brown
J.D. (James) Vance
Representative
Michael Turner

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Aircraft Procurement, Air Force (057-3010) Department of Defense-Military Operation and maintenance of equipment (25.7) $2,378,408 49%
Research, Development, Test, and Evaluation, Air Force (057-3600) Department of Defense-Military Operation and maintenance of equipment (25.7) $1,037,216 21%
Aircraft Procurement, Air Force (057-3010) Department of Defense-Military Advisory and assistance services (25.1) $701,108 14%
Aircraft Procurement, Air Force (057-3010) Department of Defense-Military Communications, utilities, and miscellaneous charges (23.3) $648,400 13%
Last Modified: 11/17/20