19AQMM25D0569
Indefinite Delivery Contract
Overview
Government Description
GLOBAL PROFESSIONAL SUPPORT SERVICES (GPSS)
Awardee
Awarding / Funding Agency
Pricing
Time And Materials
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$50,000,000
Vehicle Ceiling
$100,000,000 (5% Used)
Related Opportunity
19AQMM25R0145
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oregon 97801 United States.
Sole Source This IDC was awarded sole source to Cayuse Federal Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Amendment Since initial award the Ordering Period End Date was shortened from 03/29/28 to 03/29/26 and the Vehicle Ceiling has increased 100% from $50,000,000 to $100,000,000.
Sole Source This IDC was awarded sole source to Cayuse Federal Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Amendment Since initial award the Ordering Period End Date was shortened from 03/29/28 to 03/29/26 and the Vehicle Ceiling has increased 100% from $50,000,000 to $100,000,000.
Cayuse Federal Services was awarded
Indefinite Delivery Contract 19AQMM25D0569 (19AQMM-25-D-0569)
by
the DOS Office of Acquisition Management
for Global Professional Support Services (GPSS)
in March 2025.
The IDC
was awarded
with a 8(a) Sole Source set aside
with
NAICS 541611 and
PSC R408
via sole source acquisition procedures with 1 bid received.
To date, $7,225,098 has been obligated through this vehicle with a potential value of all existing task orders of $22,311,713.
The total ceiling is $100,000,000, of which 5% has been used.
As of today, the IDC has a total reported backlog of $17,726,210 and funded backlog of $2,639,595.
Status
(Open)
Modified 11/3/25
Period of Performance
3/29/25
Start Date
3/29/26
Ordering Period End Date
Task Order Obligations and Backlog
$4.6M
Total Obligated
$7.2M
Current Award
$22.3M
Potential Award
$2.6M
Funded Backlog
$17.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 19AQMM25D0569
$-
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 19AQMM25D0569
Subcontract Awards
Disclosed subcontracts for 19AQMM25D0569
Transaction History
Modifications to 19AQMM25D0569
People
Suggested agency contacts for 19AQMM25D0569
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
FQDQNUJ7ZMN4
Awardee CAGE
87ZW6
Agency Detail
Awarding Office
19AQMM ACQUISITIONS - AQM MOMENTUM
Funding Office
19AQMM ACQUISITIONS - AQM MOMENTUM
Created By
nikolaca@state.gov
Last Modified By
millertt
Approved By
millertt
Legislative
Legislative Mandates
Labor Standards
Awardee District
OR-02
Senators
Jeff Merkley
Ron Wyden
Ron Wyden
Representative
Cliff Bentz
Last Modified: 11/3/25