15A00025DAQA00018
Indefinite Delivery Contract
Overview
Government Description
NATIONAL INTEGRATED BALLISTIC INFORMATION NETWORK (NIBIN)
NIBIN EQUIPMENT, SOFTWARE AND SUPPORT SERVICES
NIBIN (FY25 IDIQ)
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$225,197,961
Vehicle Ceiling
$225,197,961 (5% Used)
Related Opportunity
15A00024R00000111
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Canada.
Sole Source This IDC was awarded sole source to Forensic Technology (Canada) because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Justice has an overall 2023 small business subcontracting goal of 38%
Sole Source This IDC was awarded sole source to Forensic Technology (Canada) because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Justice has an overall 2023 small business subcontracting goal of 38%
Forensic Technology (Canada) was awarded
Indefinite Delivery Contract 15A00025DAQA00018 (15A000-25-D-AQA00018)
by
the Bureau of Alcohol Tobacco Firearms and Explosives
for National Integrated Ballistic Information Network (NIBIN)
Nibin Equipment, Software And Support Services
Nibin (FY25 IDIQ)
in December 2025.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541990 and
PSC R499
via sole source acquisition procedures with 1 bid received.
To date, $10,500,000 has been obligated through this vehicle with a potential value of all existing task orders of $21,000,000.
The total ceiling is $225,197,961, of which 5% has been used.
As of today, the IDC has a total reported backlog of $10,500,000.
Status
(Open)
Modified 4/17/25
Period of Performance
12/31/24
Start Date
12/31/29
Ordering Period End Date
Task Order Obligations and Backlog
$10.5M
Total Obligated
$10.5M
Current Award
$21.0M
Potential Award
$0.0
Funded Backlog
$10.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 15A00025DAQA00018
$-
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 15A00025DAQA00018
Subcontract Awards
Disclosed subcontracts for 15A00025DAQA00018
Transaction History
Modifications to 15A00025DAQA00018
People
Suggested agency contacts for 15A00025DAQA00018
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
Z26MKC7638Y8
Awardee CAGE
L0W49
Agency Detail
Awarding Office
15A000 ATF
Funding Office
15A000 ATF
Created By
ccook18
Last Modified By
ccook18
Approved By
ccook18
Legislative
Legislative Mandates
Labor Standards
Awardee District
Not Applicable
Last Modified: 4/17/25