GS00Q14OADU119-140D0422F1006
Delivery Order
Overview
Government Description
TO PROVIDE REPATRIATION TRAINING AND TECHNICAL ASSISTANCE SERVICES FOR THE DEPARTMENT OF HEALTH AND HUMAN SERVICES
Awardee
Awarding Agency
Funding Agency
Place of Performance
Fairfax, VA 22031 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Related Opportunity
(Parent Award)
Analysis Notes
Amendment Since initial award the Potential Award value has increased 30% from $9,632,291 to $12,525,916.
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of the Interior has an overall small business subcontracting goal of 44%
Undisclosed Subcontractors No subcontract awards have been formally disclosed for this contract; however, based on invoice data these subcontractors have worked on this contract: The Olson Group, J&M Global Solutions, Ignitec
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of the Interior has an overall small business subcontracting goal of 44%
Undisclosed Subcontractors No subcontract awards have been formally disclosed for this contract; however, based on invoice data these subcontractors have worked on this contract: The Olson Group, J&M Global Solutions, Ignitec
ICF was awarded
Delivery Order 140D0422F1006 (140D04-22-F-1006)
for To Provide Repatriation Training And Technical Assistance Services For The Department Of Health And Human Services
worth up to $12,525,916
by Administration for Children and Families
in September 2022.
The contract
has a duration of 3 years 3 months and
was awarded
through solicitation 140D0422R0034
full & open
with
NAICS 541330 and
PSC R408
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 $3,555,315 and funded backlog of $40.
This contract was awarded through vehicle One Acquisition Solution for Integrated Services (OASIS).
Status
(Open)
Last Modified 3/24/25
Period of Performance
9/21/22
Start Date
9/25/25
Current End Date
12/25/25
Potential End Date
Obligations and Backlog
$9.0M
Total Obligated
$9.0M
Current Award
$12.5M
Potential Award
$40.0
Funded Backlog
$3.6M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
Delivery Order
GS00Q14OADU119-140D0422F1006
Subcontracts
Activity Timeline
Labor Services Billing
Annual labor billing rates and FTE reported for GS00Q14OADU119-140D0422F1006
Year | Services Invoiced | Hours | FTE | Blended Rate |
---|---|---|---|---|
2023 | $2,757,803 | 20,702.8 | 9.9 | $133.21 |
Transaction History
Modifications to GS00Q14OADU119-140D0422F1006
People
Suggested agency contacts for GS00Q14OADU119-140D0422F1006
Competition
Number of Bidders
3
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 Required (Incentive Not Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
QHBLBNKKV4U3
Awardee CAGE
5M571
Agency Detail
Awarding Office
140D04 IBC ACQ SVCS DIRECTORATE (00004)
Funding Office
759001
Created By
abarger
Last Modified By
gmarino
Approved By
gmarino
Legislative
Legislative Mandates
None Applicable
Performance District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Interior Franchise Fund, Departmental Management (014-4529) | Other natural resources | Other services from non-Federal sources (25.2) | $6,077,016 | 100% |
Modified: 3/24/25