15JPSS18DPZM00007-15JPSS21F00001029
Delivery Order
Overview
Government Description
ATR IT WEB SUPPORT SERVICES UNDER THE ITSS5 SDVOSB CONTRACT VEHICLE.
PERIOD OF PERFORMANCE IS SEP 30, 2021 TO SEP 29, 2022 WITH FOUR 1 YEAR OPTIONS.
Awardee
Awarding Agency
Funding Agency
Place of Performance
Fairfax, VA 22033 United States
Pricing
Time And Materials
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Related Opportunity
(Parent Award)
Analysis Notes
Amendment Since initial award the Potential Award value has decreased 7% from $11,805,277 to $10,977,387.
Incumbent Based on the size of recent awards, ITC Federal may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
Incumbent Based on the size of recent awards, ITC Federal may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
ITC Federal was awarded
Delivery Order 15JPSS21F00001029 (15JPSS-21-F-00001029)
worth up to $10,977,387
by Antitrust Division
in September 2021.
The contract
has a duration of 5 years and
was awarded
through solicitation RFPID04062021
with a Service Disabled Veteran Owned Small Business set aside
with
NAICS 541512 and
PSC DF10
via subject to multiple award fair opportunity acquisition procedures with 3 bids received.
As of today, the Delivery Order has a total reported backlog of $4,215,793 and funded backlog of $1,889,985.
This contract was awarded through vehicle Information Technology Support Services-5 (ITSS-5).
Status
(Open)
Last Modified 8/5/25
Period of Performance
9/30/21
Start Date
9/29/26
Current End Date
9/29/26
Potential End Date
Obligations and Backlog
$6.8M
Total Obligated
$8.7M
Current Award
$11.0M
Potential Award
$1.9M
Funded Backlog
$4.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
Delivery Order
15JPSS18DPZM00007-15JPSS21F00001029
Subcontracts
Activity Timeline
Labor Services Billing
Annual labor billing rates and FTE reported for 15JPSS18DPZM00007-15JPSS21F00001029
Year | Services Invoiced | Hours | FTE | Blended Rate |
---|---|---|---|---|
2022 | $1,588,420 | 14,835.0 | 7.1 | $107.07 |
2023 | $1,789,654 | 16,412.5 | 7.9 | $109.04 |
2024 | $1,913,303 | 17,228.5 | 8.3 | $111.05 |
Transaction History
Modifications to 15JPSS18DPZM00007-15JPSS21F00001029
People
Suggested agency contacts for 15JPSS18DPZM00007-15JPSS21F00001029
Competition
Number of Bidders
3
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Commercial Item Acquisition
Supplies Or Services Pursuant To FAR 12.102(F)
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
JP1AJYKRSMC4
Awardee CAGE
4KXG2
Agency Detail
Awarding Office
15JPSS JMD-PROCUREMENT SERVICES STAFF
Funding Office
15JATR
Created By
velvette.clayton@usdoj.gov
Last Modified By
velvette.clayton@usdoj.gov
Approved By
velvette.clayton@usdoj.gov
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Performance District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Working Capital Fund, Justice (015-4526) | Federal law enforcement activities | Operation and maintenance of equipment (25.7) | $5,503,649 | 100% |
Modified: 8/5/25