47QFSA23D0003
Indefinite Delivery Contract
Overview
Government Description
IT ENTERPRISE DEVELOPMENT, APPLICATION AND TRAINING SUPPORT SERVICES (EDAT)
Awardee
Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$25,000,000 (87% Used)
Related Opportunity
47QFSA23R0013
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Tampa, Florida 33621 United States.
Sole Source This IDC was awarded sole source to DNI Emerging Technologies 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 extended from 07/31/24 to 07/31/25.
Sole Source This IDC was awarded sole source to DNI Emerging Technologies 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 extended from 07/31/24 to 07/31/25.
DNI Emerging Technologies was awarded
Indefinite Delivery Contract 47QFSA23D0003 (47QFSA-23-D-0003)
by
U.S. Special Operations Command
for It Enterprise Development, Application And Training Support Services (EDAT)
in July 2023.
The IDC
has a duration of 2 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 541512 and
PSC DA01
via sole source acquisition procedures with 1 bid received.
To date, $25,000,000 has been obligated through this vehicle.
The total ceiling is $25,000,000, of which 87% has been used.
As of today, the IDC has a total reported backlog of $3,209,753 and funded backlog of $3,209,753.
Status
(Open)
Modified 7/22/24
Period of Performance
7/31/23
Start Date
7/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$21.8M
Total Obligated
$25.0M
Current Award
$25.0M
Potential Award
$3.2M
Funded Backlog
$3.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 47QFSA23D0003
$-
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 47QFSA23D0003
Subcontract Awards
Disclosed subcontracts for 47QFSA23D0003
Transaction History
Modifications to 47QFSA23D0003
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 Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
MKAQAB8ECG69
Awardee CAGE
8Q2A9
Agency Detail
Awarding Office
47QFSA GSA FAS AAS REGION 4
Funding Office
H92404 HQ USSOCOM
Created By
lcristancho
Last Modified By
lcristancho
Approved By
lcristancho
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
OK-03
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Frank Lucas
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Acquisition Services Fund, General Services Administration (047-4534) | General property and records management | Advisory and assistance services (25.1) | $2,739,625 | 100% |
Last Modified: 7/22/24