FA872624DB003
Indefinite Delivery Contract
Overview
Government Description
BASE INFRASTRUCTURE MODERNIZATION SERVICES IDIQ
BOLDED AND HIGHLIGHTED TEXT IS INCLUDED TO BRING ATTENTION TO ANY FILL-IN TEXT FOR CLAUSES AND PROVISIONS APPLICABLE TO THE IDIQ AND WHICH MAY BE INCLUDED AS PART OF TASK ORDERS.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$6,500,000,000
Vehicle Ceiling
$12,500,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hanscom Afb, Massachusetts 1731 United States.
Agile Decision Sciences was awarded
Indefinite Delivery Contract FA872624DB003 (FA8726-24-D-B003)
by
AFLCMC Hanscom AFB
in August 2024.
The IDC
has a duration of 10 years and
was awarded
through solicitation Base Infrastructure Modernization IDIQ
full & open
with
NAICS 517111 and
PSC DG10
via direct negotiation acquisition procedures with 47 bids received.
To date, $500 has been obligated through this vehicle.
The total ceiling is $12,500,000,000, of which 0% has been used.
The vehicle was awarded through Base Infrastructure Modernization IDIQ.
DOD Announcements
Aug 2024:
ActionNet Inc., Vienna, Virginia (FA8726-24-D-B002); Agile Decision Science LLC, Huntsville, Alabama (FA8726-24-D-B003); Agile Government LLC, Harrah, Oklahoma (FA8726-24-D-B004); AT&T Corp., Columbia, Maryland (FA8726-24-D-B005); Booz Allen Hamilton, McLean, Virginia (FA8726-24-D-B006); CACI Inc. – Federal, Chantilly, Virginia (FA8726-24-D-B007); CDO Technologies Inc., Dayton, Ohio (FA8726-24-D-B008); DecisiveInstincts LLC, Vienna, Virginia (FA8726-24-D-B009); EPS Corp., Tinton Falls, New Jersey (FA8726-24-D-B010); General Dynamics Information Technology Inc., Falls Church, Virginia (FA8726-24-D-B011); GZO Inc., San Antonio, Texas (FA8726-24-D-B012); KriaaNet Inc., Leesburg, Virginia (FA8726-24-D-B013); Leidos Inc., Reston, Virginia (FA8726-24-D-B014); Lumen Technologies Government Solutions Inc., Herndon, Virginia (FA8726-24-D-B015); M.C. Dean Inc., Tysons, Virginia (FA8726-24-D-B016); Open San Consulting LLC, Atlanta, Georgia (FA8726-24-D-B017); Q-Tech LLC, Beavercreek Township, Ohio (FA8726-24-D-B018); SMS Data Products Group Inc., McLean, Virginia (FA8726-24-D-B019); Sumaria Systems LLC, Peabody, Massachusetts (FA8726-24-D-B020); Telos Corp., Ashburn, Virginia (FA8726-24-D-B021); TM3 Solutions, Alexandria, Virginia (FA8726-24-D-B022); Trace Systems Inc., Vienna, Virginia (FA8726-24-D-B023); and Tundra Federal LLC, Herndon, Virginia (FA8726-24-D-B024), were awarded a $12,500,000,000 ceiling, multiple award, indefinite-delivery/indefinite-quantity contract for base infrastructure modernization. This contract provides a pool of qualified sources to modernize, operate, and maintain the network infrastructure on all Department of the Air Force locations, to include Guard and Reserve bases. Work will be performed globally and is expected to be completed by Aug. 15, 2034. This contract was a competitive acquisition, and 47 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $11,500 are being obligated at time of award. The Air Force Life Cycle Management Center, Cyber and Networks Contracting Organization, Hanscom Air Force Base, Massachusetts, is the contracting activity.
Status
(Open)
Modified 8/22/24
Period of Performance
8/14/24
Start Date
8/14/34
Ordering Period End Date
Task Order Obligations
$500.0
Total Obligated
$500.0
Current Award
$500.0
Potential Award
Award Hierarchy
Indefinite Delivery Contract
FA872624DB003
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under FA872624DB003
Subcontract Awards
Disclosed subcontracts for FA872624DB003
Opportunity Lifecycle
Procurement history for FA872624DB003
Transaction History
Modifications to FA872624DB003
People
Suggested agency contacts for FA872624DB003
Competition
Number of Bidders
47
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
C6EMRJ67V4M3
Awardee CAGE
7VVF6
Agency Detail
Awarding Office
FA8726 FA8726 AFLCMC HNK C3IN
Funding Office
FA8726 FA8726 AFLCMC HNK C3IN
Created By
terri.rutkiewicz@us.af.mil
Last Modified By
jason.lent@us.af.mil
Approved By
jason.lent@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Construction Wage Rate Requirements
Labor Standards
Awardee District
AL-05
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Dale Strong
Last Modified: 8/22/24