140D0419D0002
Indefinite Delivery Contract
Overview
Government Description
A COMMERCIAL, MULTIPLE AWARD, INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) WITH A PARTIAL, SMALL BUSINESS SET-ASIDE FOR ORACLE FEDERAL FINANCIAL (OFF) SYSTEM SUPPORT FOR THE FINANCIAL MANAGEMENT LINE OF BUSINESS (FMLOB), A FEDERAL, FINANCIAL, SHARED SERVICE PROVIDER (FFSSP), INTERIOR BUSINESS CENTER (IBC) U.S. DEPARTMENT OF THE INTERIOR (DOI) AS CONTAINED IN THE ATTACHED SOLICITATION DOCUMENTS.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Partial (SBP)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$35,000,000
Vehicle Ceiling
$35,000,000 (75% Used)
Related Opportunity
RFP 140D0418R0011
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Herndon, Virginia 20170 United States.
Amendment Since initial award the Vehicle Ceiling has decreased 74% from $135,000,000 to $35,000,000.
Amendment Since initial award the Vehicle Ceiling has decreased 74% from $135,000,000 to $35,000,000.
I360technologies was awarded
Indefinite Delivery Contract 140D0419D0002 (140D04-19-D-0002)
by
the DOI Office of Policy Management and Budget
in October 2018.
The IDC
has a duration of 7 years and
was awarded
with a Small Business Partial set aside
with
NAICS 541519 and
PSC D307
via direct negotiation acquisition procedures with 12 bids received.
To date, $26,793,194 has been obligated through this vehicle with a potential value of all existing task orders of $29,090,096.
The total ceiling is $35,000,000, of which 75% has been used.
As of today, the IDC has a total reported backlog of $2,735,730 and funded backlog of $438,827.
The vehicle was awarded through Oracle Federal Financial (OFF) System Support.
Status
(Complete)
Modified 10/20/25
Period of Performance
10/31/18
Start Date
10/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$26.4M
Total Obligated
$26.8M
Current Award
$29.1M
Potential Award
$438.8K
Funded Backlog
$2.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
140D0419D0002
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 140D0419D0002
$-
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 140D0419D0002
Subcontract Awards
Disclosed subcontracts for 140D0419D0002
Transaction History
Modifications to 140D0419D0002
People
Suggested agency contacts for 140D0419D0002
Competition
Number of Bidders
12
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
GK7KYFNWZKA8
Awardee CAGE
1TZB3
Agency Detail
Awarding Office
140D04 IBC ACQ SVCS DIRECTORATE (00004)
Funding Office
140D39 FINANCIAL MGMT DIRECTORATE (FMD)
Created By
botdoico
Last Modified By
mwils6
Approved By
mwils6
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Working Capital Fund, Departmental Management (014-4523) | Other natural resources | Advisory and assistance services (25.1) | $14,357,619 | 89% |
| Interior Franchise Fund, Departmental Management (014-4529) | Other natural resources | Advisory and assistance services (25.1) | $1,719,166 | 11% |
Last Modified: 10/20/25