W56KGY24D0003
Indefinite Delivery Contract
Overview
Government Description
THIS CONTRACT IS FOR THE REPAIR & DELIVERY OF DEPOT LEVEL SUSTAINMENT TO INCLUDE TEST & INSPECTION (T&I), REPAIR &
ENGINEERING SERVICES FOR REPAIRS SERVICES FOR THE JOINT TACTICAL TERMINAL SENIOR (JTT-SR).
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$9,366,719 (28% Used)
Related Opportunity
W56KGY24R0010
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Wayne, Indiana 46818 United States.
Sole Source This IDC was awarded sole source to BAE Systems Information And Electronic Systems Integration because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to BAE Systems Information And Electronic Systems Integration because the government believes that only one company can provide the product / service (FAR 6.302-1).
BAE Systems Information And Electronic Systems Integration was awarded
Indefinite Delivery Contract W56KGY24D0003 (W56KGY-24-D-0003)
by
Communications Electronics Command
in June 2024.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 811210 and
PSC J061
via sole source acquisition procedures with 1 bid received.
To date, $2,594,654 has been obligated through this vehicle.
The total ceiling is $9,366,719, of which 28% has been used.
DOD Announcements
Jun 2024:
BAE Systems Information and Electronic Systems Integration Inc., Fort Wayne, Indiana, was awarded a $9,366,720 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for repair and engineering services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-D-0003).
Status
(Open)
Modified 1/24/25
Period of Performance
6/6/24
Start Date
5/29/29
Ordering Period End Date
Task Order Obligations
$2.6M
Total Obligated
$2.6M
Current Award
$2.6M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W56KGY24D0003
$-
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 W56KGY24D0003
Subcontract Awards
Disclosed subcontracts for W56KGY24D0003
Transaction History
Modifications to W56KGY24D0003
People
Suggested agency contacts for W56KGY24D0003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
LWM1FFQ935S8
Awardee CAGE
8M6A5
Agency Detail
Awarding Office
W56KGY W6QK ACC-APG
Funding Office
W15GK8 W4GV USA HQ COMM ELECT CMD
Created By
padds.w56kgy@cs.army.mil
Last Modified By
william.m.schwartz.civ.w56kgy@sa2100
Approved By
padds.w56kgy@ko.army.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Materials, Supplies, Articles & Equipment
Awardee District
IN-03
Senators
Todd Young
Mike Braun
Mike Braun
Representative
Jim Banks
Last Modified: 1/24/25