W58P0524D0005
Indefinite Delivery Contract
Overview
Government Description
ACQUISITION FOR YELLO SOFTWARE LICENSES, MAINTENANCE AND SUPPORT. THIS INCLUDES PROCUREMENT OF COMMERCIAL-OFF-THE-SHELF (COTS) YELLO TALENT ACQUISITION PLATFORM SOFTWARE LICENSING AND MAINTENANCE SUPPORT, AS WELL AS SOFTWARE LICENSE SUBSCRIPTIONS FOR YELLO TALENT MANAGEMENT PRODUCTS.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$20,818,236 (19% Used)
Related Opportunity
W58P0524R0002
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chicago, Illinois 60603 United States.
Sole Source This IDC was awarded sole source to Recsolu 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 Recsolu because the government believes that only one company can provide the product / service (FAR 6.302-1).
Recsolu was awarded
Indefinite Delivery Contract W58P0524D0005 (W58P05-24-D-0005)
by
Communications Electronics Command
for Yello Software Licenses, Maintenance, and Support
in September 2024.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 513210 and
PSC 7A21
via sole source acquisition procedures with 1 bid received.
To date, $3,876,382 has been obligated through this vehicle.
The total ceiling is $20,818,236, of which 19% has been used.
DOD Announcements
Sep 2024:
Recsolu Inc., Chicago, Illinois, was awarded a $20,818,236 firm-fixed-price contract for utilization of Yello products and 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 Sept. 22, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W58P05-24-D-0005).
Status
(Open)
Modified 5/28/25
Period of Performance
9/23/24
Start Date
9/22/29
Ordering Period End Date
Task Order Obligations
$3.9M
Total Obligated
$3.9M
Current Award
$3.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W58P0524D0005
$-
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 W58P0524D0005
Subcontract Awards
Disclosed subcontracts for W58P0524D0005
Transaction History
Modifications to W58P0524D0005
People
Suggested agency contacts for W58P0524D0005
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
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
ZQBGS8K2N2V9
Awardee CAGE
7NSB1
Agency Detail
Awarding Office
W58P05 W6QK ACC-APG NATICK
Funding Office
W90W2B W4FH USA CECOM SEC CTR
Created By
padds.w58p05@cs.army.mil
Last Modified By
padds.w58p05@ko.army
Approved By
padds.w58p05@ko.army
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-07
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Danny Davis
Last Modified: 5/28/25