692M1524D00010
Indefinite Delivery Contract
Overview
Government Description
INFORMATION TECHNOLOGY INNOVATIVE PROCUREMENT STRATEGIC SOURCING (ITIPSS) IS A MULTIPLE AWARD IDIQ CONTRACT TO ACQUIRE INFORMATION TECHNOLOGY (IT) SERVICES AND SOLUTIONS FOR ALL FAA NON-NATIONAL AIRSPACE SYSTEMS (NON-NAS) IT MISSION SUPPORT.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$2,419,300,000
Vehicle Ceiling
$2,419,300,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73106 United States.
Vulnerable Incumbent DNI Emerging Technologies is listed as graduating from the 8(a) program in November 2030, which may limit its ability to recompete.
Vulnerable Incumbent DNI Emerging Technologies is listed as graduating from the 8(a) program in November 2030, which may limit its ability to recompete.
DNI Emerging Technologies was awarded
Indefinite Delivery Contract 692M1524D00010 (692M15-24-D-00010)
by
FAA Headquarters
in May 2024.
The IDC
has a duration of 10 years and
was awarded
through solicitation Screening Information Request (SIR) Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS)
with a 8(a) set aside
with
NAICS 541519 and
PSC DF01
via direct negotiation acquisition procedures with 21 bids received.
To date, $1,159,272 has been obligated through this vehicle with a potential value of all existing task orders of $43,716,099.
The total ceiling is $2,419,300,000, of which 0% has been used.
As of today, the IDC has a total reported backlog of $42,556,827.
The vehicle was awarded through Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS).
Status
(Open)
Modified 8/22/25
Period of Performance
5/20/24
Start Date
5/31/34
Ordering Period End Date
Task Order Obligations and Backlog
$1.2M
Total Obligated
$1.2M
Current Award
$43.7M
Potential Award
$0.0
Funded Backlog
$42.6M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
692M1524D00010
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 692M1524D00010
$-
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 692M1524D00010
Subcontract Awards
Disclosed subcontracts for 692M1524D00010
Opportunity Lifecycle
Procurement history for 692M1524D00010
Transaction History
Modifications to 692M1524D00010
People
Suggested agency contacts for 692M1524D00010
Competition
Number of Bidders
21
Solicitation Procedures
Negotiated Proposal/Quote
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
692M15 692M15 ACQUISITION & GRANTS, AAQ600
Funding Office
693JG2 FAA
Created By
daniel.farrell@faa.gov
Last Modified By
david.peterson@faa.gov
Approved By
daniel.farrell@faa.gov
Legislative
Legislative Mandates
Labor Standards
Awardee District
OK-03
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Frank Lucas
Last Modified: 8/22/25