Search IDVs

FA868119D0006

Indefinite Delivery Contract

Overview

Government Description
WEAPON PLANNING SOFTWARE (WPS) PROVIDES FOR THE DEVELOPMENT, ENHANCEMENT, AND SUPPORT OF THE WPS SUITE, WHICH IS A COMMON COMPONENT WITHIN THE JOINT MISSION PLANNING SYSTEM (JMPS) ARCHITECTURE. INCLUDES INTEGRATION AND DELIVERY OF WPS CAPABILITIES FOR VARIOUS PLATFORMS AND CUSTOMERS, INCLUDING COMBAT AIR FORCE, AIR-LAUNCHED RAPID RESPONSE WEAPON (ARRW) AGM-183A INTEGRATION, HYPERSONIC ATTACK CRUISE MISSILE (HACM), AND SUPPORT FOR FOREIGN MILITARY SALES (FMS) TO COUNTRIES SUCH AS CHILE, JAPAN (F-15JSI), KOREA (F-15K), SAUDI ARABIA, BULGARIA (F-16V), SINGAPORE (F-15SG), AND EPAF. ADDITIONAL TASKS INVOLVE MAINTENANCE, SOFTWARE INTEGRATION, AND STRIKE WEAPON INTEGRATION FOR BOTH DOMESTIC AND INTERNATIONAL USERS.
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$259,000,000 (21% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92121 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%
Tapestry Solutions was awarded Indefinite Delivery Contract FA868119D0006 (FA8681-19-D-0006) by Lifecycle Management Center for Weapon Planning Software (WPS) Development Enhancement Support in March 2019. The IDC has a duration of 10 years and was awarded through solicitation Weapon Planning Software (WPS) full & open with NAICS 511210 and PSC 7010 via direct negotiation acquisition procedures with 2 bids received. To date, $55,083,377 has been obligated through this vehicle with a potential value of all existing task orders of $55,083,380. The total ceiling is $259,000,000, of which 21% has been used. As of today, the IDC has a total reported backlog of $785,197 and funded backlog of $785,194.

DOD Announcements

Feb 2019: Tapestry Solutions Inc., a Boeing Co., San Diego, California, has been awarded a not-to-exceed $259,000,000 indefinite-delivery/indefinite-quantity contract for Weapon Planning Software (WPS).  This contract provides for the development, enhancement, and support of the WPS suite, which is a common component within the Joint Mission Planning System architecture.  Work will be performed predominately in St. Louis, Missouri; and Niceville, Florida.  Work is expected to be complete by February 2029.  This award is the result of a competitive acquisition and two offers were received.  Fiscal 2019 operations and maintenance funds in the amount of $355,878 are being obligated on an initial delivery order at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0006).

Status
(Open)

Modified 3/14/25
Period of Performance
3/10/19
Start Date
3/10/29
Ordering Period End Date
69.0% Complete

Task Order Obligations and Backlog
$54.3M
Total Obligated
$55.1M
Current Award
$55.1M
Potential Award
99% Funded
$785.2K
Funded Backlog
$785.2K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA868119D0006

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA868119D0006

$-

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 FA868119D0006

Subcontract Awards

Disclosed subcontracts for FA868119D0006

Opportunity Lifecycle

Procurement history for FA868119D0006

Transaction History

Modifications to FA868119D0006

People

Suggested agency contacts for FA868119D0006

Competition

Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
GWJRC3WZ3HS8
Awardee CAGE
09GC1
Agency Detail
Awarding Office
FA2318 FA2318 AFLCMC C3MK
Funding Office
F2BDAZ F2BDAZ AFLCMC HBF
Created By
usercw@sa5700.fa8700
Last Modified By
usercw@sa5700.fa8700
Approved By
usercw@sa5700.fa8700

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
CA-51
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Sara Jacobs

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Air Force (057-3400) Department of Defense-Military Operation and maintenance of equipment (25.7) $5,697,650 31%
Research, Development, Test, and Evaluation, Navy (017-1319) Department of Defense-Military Research and development contracts (25.5) $4,835,647 27%
Research, Development, Test, and Evaluation, Air Force (057-3600) Department of Defense-Military Equipment (31.0) $3,987,452 22%
Research, Development, Test, and Evaluation, Air Force (057-3600) Department of Defense-Military Research and development contracts (25.5) $2,371,866 13%
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of equipment (25.7) $1,050,083 6%
Last Modified: 3/14/25