Search Prime Contracts

GS10F0183R-140D0422F0321

Delivery Order

Overview

Government Description
Technical and management support services for national interim management for the Early Head Start (EHS) and Head Start (HS) program. Provides nationwide interim management services to ensure continuity of EHS and HS grant services in communities where a grant recipient has relinquished, been suspended, or had their grant terminated by the acf-ohs. The contractor may serve as interim management in up to twenty-five communities simultaneously, overseeing day-to-day program operations and supporting the transition of up to forty-five new grant awards, ensuring orderly transitions between incumbent and new grant recipients. Services include project management, staffing, program transition support, technical assistance, compliance with federal standards, grantee operations support, and measuring program performance improvements.
Place of Performance
Denver, CO 80231 United States
Pricing
Time And Materials
Set Aside
None
Extent Competed
Full And Open Competition
Analysis Notes
Amendment Since initial award the Potential Award value has decreased 29% from $87,183,393 to $61,818,949.
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%
Community Development Institute was awarded Delivery Order 140D0422F0321 (140D04-22-F-0321) for Technical And Management Support Services For National Interim Management For The Early Head Start (EHS) And Head Start (HS) Program worth up to $61,818,949 by Administration for Children and Families in May 2022. The contract has a duration of 5 years and was awarded through solicitation National Interim Management for the Early Head Start & Head Start Program full & open with NAICS 541611 and PSC R499 via subject to multiple award fair opportunity acquisition procedures with 2 bids received. As of today, the Delivery Order has a total reported backlog of $15,887,339 and funded backlog of $3,347,857. This contract was awarded through vehicle Multiple Award Schedule (MAS).

Status
(Open)

Last Modified 9/16/25
Period of Performance
5/22/22
Start Date
5/21/26
Current End Date
5/21/27
Potential End Date
76.0% Complete

Obligations and Backlog
$45.9M
Total Obligated
$49.3M
Current Award
$61.8M
Potential Award
74% Funded
$3.3M
Funded Backlog
$15.9M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS10F0183R

Delivery Order

GS10F0183R-140D0422F0321

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to GS10F0183R-140D0422F0321

Labor Services Billing

Annual labor billing rates and FTE reported for GS10F0183R-140D0422F0321

Opportunity Lifecycle

Procurement history for GS10F0183R-140D0422F0321

Transaction History

Modifications to GS10F0183R-140D0422F0321

People

Suggested agency contacts for GS10F0183R-140D0422F0321

Competition

Number of Bidders
2
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
E9ZSCXRLCMX7
Awardee CAGE
3HC76
Agency Detail
Awarding Office
140D04 IBC ACQ SVCS DIRECTORATE (00004)
Funding Office
759001
Created By
gmarino
Last Modified By
gmarino
Approved By
gmarino

Legislative

Legislative Mandates
None Applicable
Performance District
CO-01
Senators
Michael Bennet
John Hickenlooper
Representative
Diana DeGette

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) $22,540,141 100%
Modified: 9/16/25