47QRCA25DS151
Indefinite Delivery Contract
Overview
Government Description
One Acquisition Solution for Integrated Services Plus (OASIS+) small business Multiple Agency Contract (MAC)
Government Project
OASIS+ TOTAL SMALL BUSINESS SET-ASIDE IDIQ OAS+SB
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
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
$999,999,999,999 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington Navy Yard, District of Columbia 20374 United States.
Direct Award $2,500.00 was obligated directly to this IDV and does not have an associated task order.
Direct Award $2,500.00 was obligated directly to this IDV and does not have an associated task order.
Toeroek Associates was awarded
Indefinite Delivery Contract 47QRCA25DS151 (47QRCA-25-D-S151)
by
Federal Acquisition Service
in December 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation One Acquisition Solution for Integrated Services Plus (OASIS+) Total Small Business Set-Aside - Closed
with a Small Business Total set aside
with
NAICS 562910 and
PSC R499
via direct negotiation acquisition procedures with 999 bids received.
To date, $1,767,315 has been obligated through this vehicle with a potential value of all existing task orders of $9,371,187.
The total ceiling is $999,999,999,999, of which 0% has been used.
As of today, the IDC has a total reported backlog of $8,834,457 and funded backlog of $1,230,585.
The vehicle was awarded through OASIS+ Small Business.
DOD Announcements
Sep 2025:
Toeroek Associates Inc., Lakewood, Colorado, is being awarded a $9,368,688 cost-plus-fixed-fee term task order (N0003026F3015) against the General Services Administration OASIS indefinite-delivery/indefinite-quantity contract 47QRCA25DS151, for support of the Naval Treaty Implementation Program (NTIP). The value includes all optional line items. Tasks to be performed include arms control implementation and compliance support functions for treaties under the Strategic Systems Programs cognizance, including the Chemical Weapons Convention, Biological Weapons Convention, U.S.-International Atomic Energy Agency Integrated Safeguards, Conventional Arms Control, and other operational requirements without specific provision in Title 10 United States Code and that are requirements of the United States Government, Department of Defense, or international initiatives. Additionally, the contractor shall provide strategic analysis and research, exercise development and staffing, and program management support for NTIP. NTIP is a matrix support organization. This contract also benefits a foreign military sale to the United Kingdom. Work will be performed in Alexandria, Virginia (60%); and Washington, D.C. (40%). Work is expected to be completed on Sept. 30, 2030. No funds will be obligated on this award. This task order was awarded on a competitive basis as a small business set aside per the terms of the GSA OASIS multiple award contract program. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Status
(Open)
Modified 2/7/26
Period of Performance
12/19/24
Start Date
12/18/29
Ordering Period End Date
Task Order Obligations and Backlog
$536.7K
Total Obligated
$1.8M
Current Award
$9.4M
Potential Award
$1.2M
Funded Backlog
$8.8M
Total Backlog
Award Hierarchy
Federal Award Analysis
Historical federal task order obligations under 47QRCA25DS151
$-
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 47QRCA25DS151
Subcontract Awards
Disclosed subcontracts for 47QRCA25DS151
Opportunity Lifecycle
Procurement history for 47QRCA25DS151
Transaction History
Modifications to 47QRCA25DS151
People
Suggested agency contacts for 47QRCA25DS151
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
M73YRKYDXMC7
Awardee CAGE
0X149
Agency Detail
Awarding Office
47QRCA GSA/FAS/PSHC/OASIS PLUS
Funding Office
47QRCA GSA/FAS/PSHC/OASIS PLUS
Created By
adrauna.kelley@gsa.gov
Last Modified By
adrauna.kelley@gsa.gov
Approved By
adrauna.kelley@gsa.gov
Legislative
Legislative Mandates
None Applicable
Awardee District
CO-07
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Brittany Pettersen
Last Modified: 2/7/26