Search IDVs

FA930225D0003

Indefinite Delivery Contract

Overview

Government Description
ICMSD II BRIDGE CONTRACT
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$10,000,000
Vehicle Ceiling
$14,805,000 (9% Used)
Related Opportunity
FA930225R0008
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Edwards, California 93524 United States.
Sole Source This IDC was awarded sole source to EMC Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
EMC Corporation was awarded Indefinite Delivery Contract FA930225D0003 (FA9302-25-D-0003) by the Department of the Air Force for Icmsd Ii Bridge Contract in September 2025. The IDC was awarded full & open with NAICS 541512 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $1,390,182 has been obligated through this vehicle. The total ceiling is $14,805,000, of which 9% has been used.

DOD Announcements

Sep 2025: EMC Corp., Irvine, California, was awarded a $14,805,000 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for engineering services. This contract provides for comprehensive labor and instrumentation support for the Phase Two implementation of the Cloud Hybrid Edge to Enterprise Test and Analysis Site 3.0 data analytics and management solutions. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Feb. 27, 2026. This contract was a sole source acquisition. Fiscal 2025 research and development funds in the amount of $1,390,182 are being obligated at the time of award. The Air Force Test Center directorate of contracting, Edwards Air Force Base, California, is the contracting activity (FA9302-25-D-0003).

Status
(Open)

Modified 9/16/25
Period of Performance
9/15/25
Start Date
3/15/26
Ordering Period End Date
52.0% Complete

Task Order Obligations
$1.4M
Total Obligated
$1.4M
Current Award
$1.4M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA930225D0003

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA930225D0003

$-

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 FA930225D0003

Subcontract Awards

Disclosed subcontracts for FA930225D0003

Transaction History

Modifications to FA930225D0003

People

Suggested agency contacts for FA930225D0003

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
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
ETMWNWTZ1CW5
Awardee CAGE
1XL56
Agency Detail
Awarding Office
FA9302 FA9302 AFTC PZZ
Funding Office
F1S0AY F1S0AY 412 TW ENI
Created By
kimberly.jaime@us.af.mil
Last Modified By
susana.dryer@us.af.mil
Approved By
susana.dryer@us.af.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Labor Standards
Awardee District
CA-47
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Katie Porter
Last Modified: 9/16/25