Search Prime Contracts

47QTCH18D0027-70CTD022FR0000019

Delivery Order

Overview

Government Description
OPERATIONS AND SOLUTIONS DELIVERY SUPPORT (OSDSS)FOR ASB, IPSB AND AEB
Awardee
Place of Performance
Alexandria, VA 22304 United States
Pricing
Fixed Price
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Analysis Notes
Amendment Since initial award the Potential End Date has been extended from 01/29/27 to 05/08/27 and the Potential Award value has increased from $79,987,156 to $79,992,826.
Incumbent ITC Federal has indicated it no longer qualifies as a Small Business for NAICS 541512, which may limit its ability to win future recompetes with a set-aside
Undisclosed Subcontractors No subcontract awards have been formally disclosed for this contract; however, based on invoice data these subcontractors have worked on this contract: Expara Systems, BAE Systems Technology Solutions & Services, LTG Federal, Line Six Networks, Peraton
ITC Federal was awarded Delivery Order 70CTD022FR0000019 (70CTD0-22-F-R0000019) for Operations And Solutions Delivery Support (OSDSS)For Asb, Ipsb And Aeb worth up to $79,992,826 by Immigration and Customs Enforcement in January 2022. The contract has a duration of 5 years 4 months and was awarded through solicitation 70CTD021Q00000091 with a Service Disabled Veteran Owned Small Business set aside with NAICS 541512 and PSC DH01 via subject to multiple award fair opportunity acquisition procedures with 5 bids received. As of today, the Delivery Order has a total reported backlog of $33,599,253 and funded backlog of $1,702,615. This contract was awarded through vehicle Veterans Technology Services 2 (VETS 2).

Status
(Open)

Last Modified 4/11/25
Period of Performance
1/30/22
Start Date
5/8/25
Current End Date
5/8/27
Potential End Date
62.0% Complete

Obligations and Backlog
$46.4M
Total Obligated
$48.1M
Current Award
$80.0M
Potential Award
58% Funded
$1.7M
Funded Backlog
$33.6M
Total Backlog

Award Hierarchy

Governmentwide Acquisition Contract

47QTCH18D0027

Delivery Order

47QTCH18D0027-70CTD022FR0000019

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to 47QTCH18D0027-70CTD022FR0000019

Labor Services Billing

Annual labor billing rates and FTE reported for 47QTCH18D0027-70CTD022FR0000019

Transaction History

Modifications to 47QTCH18D0027-70CTD022FR0000019

People

Suggested agency contacts for 47QTCH18D0027-70CTD022FR0000019

Competition

Number of Bidders
5
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
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
Exempt
Business Size Determination
Large Business
Awardee UEI
JP1AJYKRSMC4
Awardee CAGE
4KXG2
Agency Detail
Awarding Office
70CTD0 INFORMATION TECHNOLOGY DIVISION
Funding Office
70CBRM
Created By
mjovanovic7012
Last Modified By
mjovanovic7012
Approved By
mjovanovic7012

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant
Performance District
VA-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operations and Support, U.S. Immigration and Customs Enforcement, Homeland Security (070-0540) Federal law enforcement activities Operation and maintenance of equipment (25.7) $30,609,792 99%
Modified: 4/11/25