FA865015D4056
Indefinite Delivery Contract
Overview
Government Description
FY15 711 Hpw Misssion Services Spt Bridge Contract
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$20,000,000 (34% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dayton, Ohio 45433 United States.
Sole Source This IDC was awarded sole source to Specpro Technical Services because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 06/13/15 to 12/13/15.
Sole Source This IDC was awarded sole source to Specpro Technical Services because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 06/13/15 to 12/13/15.
Specpro Technical Services was awarded
Indefinite Delivery Contract FA865015D4056 (FA8650-15-D-4056)
by
Air Force Materiel Command
in February 2015.
The IDC
was awarded
through solicitation 711 HPW Mission Services Support Bridge Contract
full & open
with
NAICS 541990 and
PSC R499
via sole source acquisition procedures with 1 bid received.
To date, $6,716,477 has been obligated through this vehicle with a potential value of all existing task orders of $6,913,159.
The total ceiling is $20,000,000, of which 34% has been used.
As of today, the IDC has a total reported backlog of $196,682.
DOD Announcements
Feb 2015:
Decypher, San Antonio, Texas (FA8650-15-D-4052); Peerless Technologies Corp., Fairborn, Ohio (FA8650-15-D-4051); P3S, San Antonio, Texas (FA8650-15-D-4053); Prairie Quest Consulting, Fort Wayne, Indiana (FA8650-15-D-4054); Solutions Through Innovative Technologies Inc., Dayton, Ohio (FA8650-15-D-4055); SpecPro Technical Services, San Antonio, Texas (FA8650-15-D-4056), have been awarded a combined $20,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for services to units of the 711th Human Performance Wing. Contractor will provide advisory and assistance services, non- advisory and assistance services and personal services. They include administrative and functional support, medical and biomedical research assistance, clinical and clinical hyperbaric medicine services, environmental bio-terrorism support, technology evaluation and research studies support. Work will be performed at Wright-Patterson Air Force Base, Ohio; San Antonio, Texas; Cincinnati, Ohio; Baltimore, Maryland; St. Louis, Missouri, and other geographically separated units and is expected to be complete no later than Dec. 13, 2015. This award is the result of a limited competitive acquisition with six offers received. Fiscal year 2015 and 2016 defense health program, operations and maintenance and research, development, test and evaluation funds in the total amount of $800,309 are being obligated at the time of award. Each company is receiving different amounts. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Complete)
Modified 7/31/15
Period of Performance
2/13/15
Start Date
12/13/15
Ordering Period End Date
Task Order Obligations and Backlog
$6.7M
Total Obligated
$6.7M
Current Award
$6.9M
Potential Award
$0.0
Funded Backlog
$196.7K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA865015D4056
$-
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 FA865015D4056
Subcontract Awards
Disclosed subcontracts for FA865015D4056
Opportunity Lifecycle
Procurement history for FA865015D4056
Transaction History
Modifications to FA865015D4056
People
Suggested agency contacts for FA865015D4056
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JN95T9GRBJL9
Awardee CAGE
4ERR3
Agency Detail
Awarding Office
FA8650 FA8650 USAF AFMC AFRL PZL RAK RXK
Funding Office
F4F4ST F4F4ST 711 HPW/FM
Created By
usercw@sa5700.fa8650
Last Modified By
afmc.hill@sa5700.afmc
Approved By
usercw@sa5700.fa8650
Legislative
Legislative Mandates
Labor Standards
Awardee District
TX-21
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Chip Roy
Last Modified: 7/31/15