1202SC22T2301
Indefinite Delivery Contract
Overview
Government Description
ASI ARDEN SOLUTIONS INC - NATIONAL TYPE 2IA FIREFIGHTER CREWS
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
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
$6,800,000 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oregon 97477 United States.
Ceiling Exceeded Total obligated funds of $8,709,553 has exceeded the reported contract ceiling of $6,800,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Ceiling Exceeded Total obligated funds of $8,709,553 has exceeded the reported contract ceiling of $6,800,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
A.S.I. Arden Solutions was awarded
Indefinite Delivery Contract 1202SC22T2301 (1202SC-22-T-2301)
by
National Interagency Fire Center
for Asi Arden Solutions Inc - National Type 2Ia Firefighter Crews
in February 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation National Type 2-IA (Initial Attack) Firefighter Crews
with a Small Business Total set aside
with
NAICS 115310 and
PSC F003
via direct negotiation acquisition procedures with 16 bids received.
To date, $8,709,553 has been obligated through this vehicle.
The total ceiling is $6,800,000, of which 101% has been used.
The vehicle was awarded through National Type 2-IA (Initial Attack) Firefighter Crews 2022.
Status
(Open)
Modified 1/28/25
Period of Performance
2/7/22
Start Date
2/7/27
Ordering Period End Date
Task Order Obligations
$8.7M
Total Obligated
$8.7M
Current Award
$8.7M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
1202SC22T2301
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 1202SC22T2301
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
Contract Awards
Prime task orders awarded under 1202SC22T2301
Subcontract Awards
Disclosed subcontracts for 1202SC22T2301
Opportunity Lifecycle
Procurement history for 1202SC22T2301
Transaction History
Modifications to 1202SC22T2301
People
Suggested agency contacts for 1202SC22T2301
Competition
Number of Bidders
16
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
UMGHKYYEGSD7
Awardee CAGE
4RDT1
Agency Detail
Awarding Office
1202SC USDA-FS, INCIDENT PROCUREMENT LOGISTICS
Funding Office
12024B USDA FOREST SERVICE
Created By
bpitchford@fs.fed.us
Last Modified By
bpitchford@fs.fed.us
Approved By
bpitchford@fs.fed.us
Legislative
Legislative Mandates
Labor Standards
Awardee District
OR-06
Senators
Jeff Merkley
Ron Wyden
Ron Wyden
Representative
Andrea Salinas
Last Modified: 1/28/25