47QSCC26D0004
Indefinite Delivery Contract
Overview
Government Description
Other than schedule. The contract is for sourcing, warehousing National Stock Number (NSN) items, and delivering these items within 3 business days in indo-pacom Japan. The contractor is required to provide a total supply chain solution, including sourcing, procuring, warehousing, and transporting or arranging for transportation/delivery to the location identified in each Delivery Order (DO).
Government Project
OCONUS LOGISTICS SUPPORT SERVICES INDO-PACOM JAPAN OCONUS JAPAN
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$12,217,190 (13% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Rockford, Illinois 61101 United States.
Sole Source This IDC was awarded sole source to Supplycore because the government was authorized to sole source the contract by statute.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The General Services Administration has an overall 2023 small business subcontracting goal of 21%
Sole Source This IDC was awarded sole source to Supplycore because the government was authorized to sole source the contract by statute.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The General Services Administration has an overall 2023 small business subcontracting goal of 21%
Supplycore was awarded
Indefinite Delivery Contract 47QSCC26D0004 (47QSCC-26-D-0004)
by
Federal Acquisition Service
for Supply Chain Support – NSN Sourcing, Warehousing, and Delivery (INDO-PACOM Japan)
in March 2026.
The IDC
was awarded
through solicitation Notice of intent to award sole source contract
full & open
with
NAICS 493190 and
PSC R499
via sole source acquisition procedures with 1 bid received.
To date, $1,536,762 has been obligated through this vehicle.
The total ceiling is $12,217,190, of which 13% has been used.
Status
(Open)
Modified 3/31/26
Period of Performance
3/13/26
Start Date
9/14/26
Ordering Period End Date
Task Order Obligations
$1.5M
Total Obligated
$1.5M
Current Award
$1.5M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 47QSCC26D0004
$-
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
Opportunity Lifecycle
Procurement history for 47QSCC26D0004
Transaction History
Modifications to 47QSCC26D0004
People
Suggested agency contacts for 47QSCC26D0004
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
HTYJC5P9ZMH5
Awardee CAGE
4V314
Agency Detail
Awarding Office
47QSCC GSA/FAS CENTER OF INNOVATIVE ACQUIS
Funding Office
47QSCC GSA/FAS CENTER OF INNOVATIVE ACQUIS
Created By
00.f.systemadmin@gsa.gov
Last Modified By
00.f.systemadmin@gsa.gov
Approved By
00.f.systemadmin@gsa.gov
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-17
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Eric Sorensen
Last Modified: 3/31/26