Search IDVs

FA860424DB004

Indefinite Delivery Contract

Overview

Government Description
Communications And Enterprise Information Technology Support Services (COMET)
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$750,000,000 (3% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dayton, Ohio 45433 United States.
HPI Solutions was awarded Indefinite Delivery Contract FA860424DB004 (FA8604-24-D-B004) by National Geospatial-Intelligence Agency in February 2024. The IDC has a duration of 10 years and was awarded through solicitation RFP for COMET IDIQ follow on (formerly N-ITSS) with a Small Business Total set aside with NAICS 541513 and PSC DA01 via direct negotiation acquisition procedures with 16 bids received. To date, $27,749,434 has been obligated through this vehicle with a potential value of all existing task orders of $74,209,502. The total ceiling is $750,000,000, of which 3% has been used. As of today, the IDC has a total reported backlog of $49,002,316 and funded backlog of $2,542,248.

DOD Announcements

Feb 2024: TKC Global Solutions LLC, Henderson, Virginia (FA8604-24-D-B001); and HPI Solutions LLC, Omaha, Nebraska (FA8604-24-D-B004), were awarded a combined $750,000,000 hybrid, firm-fixed-price and time-and-materials, multiple award, indefinite-delivery/indefinite-quantity contract for communication and enterprise information technology (IT) support services.  This contract provides support for information technology services including network hardware support; physical and virtual servers, workstation deployment, laptop and peripheral support; facility access control and intrusion detection IT support; storage and backup system support; Linux, Solaris, and RedHat system administration support; RedHat operating system support; IT infrastructure installation and maintenance; storage and backup administration support; IT asset management; software vulnerability and testing support; information assurance and circuit management support. Work will be performed at Springfield Air National Guard, Springfield, Ohio; Joint Base Anacostia-Bolling, Washington, D.C.; and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Feb. 28, 2034. This contract was a competitive acquisition, and 16 offers were received. No funds are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

Status
(Open)

Modified 6/3/24
Period of Performance
2/29/24
Start Date
2/28/34
Ordering Period End Date
20.0% Complete

Task Order Obligations and Backlog
$25.2M
Total Obligated
$27.7M
Current Award
$74.2M
Potential Award
34% Funded
$2.5M
Funded Backlog
$49.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA860424DB004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA860424DB004

$-

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 FA860424DB004

Subcontract Awards

Disclosed subcontracts for FA860424DB004

Opportunity Lifecycle

Procurement history for FA860424DB004

Transaction History

Modifications to FA860424DB004

People

Suggested agency contacts for FA860424DB004

Competition

Number of Bidders
16
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
QARMDAYKPME6
Awardee CAGE
8MWC5
Agency Detail
Awarding Office
FA8604 FA8604 AFLCMC PZI
Funding Office
HM0180 ATTN M/S: N82-SIOEB
Created By
michael.reagan.2@us.af.mil
Last Modified By
michael.reagan.2@us.af.mil
Approved By
michael.reagan.2@us.af.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
NE-02
Senators
Deb Fischer
Representative
Don Bacon
Last Modified: 6/3/24