Search IDVs

W91QUZ11D0008

Indefinite Delivery Contract

Overview

Government Description
Its-sb - It Services.
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$800,000,000 (3% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Mclean, Virginia 22102 United States.
Amendment Since initial award the Ordering Period End Date was extended from 02/14/16 to 04/13/19.
Link Solutions was awarded Indefinite Delivery Contract W91QUZ11D0008 (W91QUZ-11-D-0008) by Joint Munitions Command in February 2011. The IDC has a duration of 8 years 2 months and was awarded through solicitation Information Technology Services - Small Business (ITS-SB) with a Small Business Total set aside with NAICS 541519 and PSC D399 via direct negotiation acquisition procedures with 50 bids received. To date, $22,210,625 has been obligated through this vehicle. The total ceiling is $800,000,000, of which 3% has been used. As of today, the IDC has a total reported backlog of $1,301,992 and funded backlog of $1,130,635. The vehicle was awarded through Information Technology Services - Small Business (ITS-SB).

DOD Announcements

Mar 2017: Arrow Security and Training LLC,* Nashua, New Hampshire (W911W4-17-D-0010); Bluehawk LLC,* West Palm Beach, Florida (W911W4-17-D-0011); CLGT Solutions LLC,* Columbus, Ohio (W911W4-17-D-0012); Command Languages Inc.* doing business as CLI Solutions, Tampa, Florida (W911W4-17-D-0013); Consulting Services Group LLC,* Purcellville, Virginia (W911W4-17-D-0014); Enigma International LLC,* Stafford, Virginia (W911W4-17-D-0015); Global Dimensions LLC,* Fredericksburg, Virginia (W911W4-17-D-0016); Global Executive Management Inc.,* Hudson, Florida (W911W4-17-D-0017); Integrity Business Solutions Inc.,* Lanham, Maryland (W911W4-17-D-0018); Szanca Solutions Inc.,* Bedford, Pennsylvania (W911W4-17-D-0019); Torden LLC,* New Bedford, Massachusetts (W911W4-17-D-0020), have been added to the list of contractors previously announced on March 3, 2017, and will now all share in a $9,864,000,000 cost contract to procure foreign language services in support of the Defense Language Interpretation Translation Enterprise program. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of March 26, 2027. U.S. Army Intelligence and Security Command, Fort Belvoir, Virginia, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $521,591,126 modification (P00133) to contract W52P1J-10-C-0062 for services for Kuwait base operations and security support services in the Kuwait area of responsibility. Work will be performed in Kuwait with an estimated completion date of March 28, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $213,244,765 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Exeter Information Technology Services,* Gaithersburg, Maryland, modification (P00014) to contract W91QUZ-11-D-0005; Future Research Corp.,* Huntsville, Alabama, modification (P00013) to contract W91QUZ-11-D-0006; Link Solutions Inc.,* McLean, Virginia, modification (P00013) to contract W91QUZ-11-D-0008; M-Cubed Information Systems Inc.,* Silver Spring, Maryland, modification (P00013) to contract W91QUZ-11-D-0009; Microtechnologies LLC,* Vienna, Virginia, modification (P00015) to contract W91QUZ-11-D-0010; SNVC LLC,* Fairfax, Virginia, modification (P00014) to contract W91QUZ-11-D-0013; Superlative Technologies Inc.,* Ashburn, Virginia, modification (P00014) to contract W91QUZ-11-D-0014; T4 LLC,* Alexandria, Virginia, modification (P00016) to contract W91QUZ-11-D-0015; and Tantus-OnPoint ATO Systems Support LLC,* Arlington, Virginia,

Status
(Closed)

Modified 12/31/25
Period of Performance
2/14/11
Start Date
4/13/19
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$21.1M
Total Obligated
$22.2M
Current Award
$22.4M
Potential Award
94% Funded
$1.1M
Funded Backlog
$1.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W91QUZ11D0008

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W91QUZ11D0008

$-

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 W91QUZ11D0008

Subcontract Awards

Disclosed subcontracts for W91QUZ11D0008

Opportunity Lifecycle

Procurement history for W91QUZ11D0008

Transaction History

Modifications to W91QUZ11D0008

People

Suggested agency contacts for W91QUZ11D0008

Competition

Number of Bidders
50
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
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
ZK7FKADLN8H8
Awardee CAGE
4MXL8
Agency Detail
Awarding Office
W52P1J W4MM USA JOINT MUNITIONS CMD
Funding Office
W52P1J W4MM USA JOINT MUNITIONS CMD
Created By
padds.w52p1j@cs.army.mil
Last Modified By
fpdsadmin
Approved By
padds.w52p1j@ko.army.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Construction Wage Rate Requirements
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 12/31/25