Search IDVs

W81K0424D0010

Indefinite Delivery Contract

Overview

Government Description
SARS-COV-2 / flu a/B / rsv. Provides hologic authorized panther and panther fusion test kits, reagents, and supplies to support sexually transmitted, viral, and respiratory infectious disease testing at Army, Air Force, and Navy medical treatment facilities (MTFS) and research facilities. These supplies are used to maintain and operate government-owned analyzers for the detection of infectious Diseases and To Support Public Health Operations Throughout The Department of Defense (DOD).
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$94,301,300
Vehicle Ceiling
$94,301,300 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Bragg, North Carolina 28310 United States.
Sole Source This IDC was awarded sole source to Hologic Sales And Service.
Amendment Since initial award the Vehicle Ceiling has decreased from $94,301,460 to $94,301,300.
Hologic Sales And Service was awarded Indefinite Delivery Contract W81K0424D0010 (W81K04-24-D-0010) by Medical Command for SARS-CoV-2 / FLU A/B / RSV Testing Supplies (MTFs / DoD) in May 2024. The IDC has a duration of 5 years and was awarded through solicitation Hologic Sources Sought full & open with NAICS 334516 and PSC 6515 via sole source acquisition procedures with 1 bid received. To date, $2,307,856 has been obligated through this vehicle. The total ceiling is $94,301,300, of which 2% has been used.

DOD Announcements

May 2024: Hologic Sales and Service LLC, Marlborough, Massachusetts, was awarded a $93,301,460 firm-fixed-price contract for Hologic test kits. 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 May 5, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-24-D-0010).

Status
(Open)

Modified 11/20/24
Period of Performance
5/6/24
Start Date
5/6/29
Ordering Period End Date
38.0% Complete

Task Order Obligations
$2.3M
Total Obligated
$2.3M
Current Award
$2.3M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W81K0424D0010

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W81K0424D0010

$-

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 W81K0424D0010

Subcontract Awards

Disclosed subcontracts for W81K0424D0010

Opportunity Lifecycle

Procurement history for W81K0424D0010

Transaction History

Modifications to W81K0424D0010

People

Suggested agency contacts for W81K0424D0010

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Follow-On Contract
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
Large Business
DoD Claimant Code
None
Awardee UEI
Q1NBY5GKN9Z3
Awardee CAGE
5JP89
Agency Detail
Awarding Office
W81K04 W40M USA HCA
Funding Office
W45RBK W3VY USA MEDCOM
Created By
david.j.libby.civ@army.mil
Last Modified By
david.j.libby.civ@army.mil
Approved By
david.j.libby.civ@army.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
MA-03
Senators
Edward Markey
Elizabeth Warren
Representative
Lori Trahan
Last Modified: 11/20/24