6973GH24D00010
Indefinite Delivery Contract
Overview
Government Description
Warehouse support services provided to maintain optimal distribution center operations in support of the Federal Aviation Administration (FAA) National Airspace Systems (NAS). The contractor furnishes all labor, materials, equipment, services, and transportation required for warehouse support tasks, including inventory, packing and crating, and re-pack operations, as set forth in schedule B. Services are delivered under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with quantities and support ordered as needed through task orders.
Awardee
Awarding / Funding Agency
Pricing
Labor Hours
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$5,913,713 (60% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73169 United States.
Amendment Since initial award the Ordering Period End Date was extended from 12/29/24 to 12/29/26.
Amendment Since initial award the Ordering Period End Date was extended from 12/29/24 to 12/29/26.
Data Monitor Systems was awarded
Indefinite Delivery Contract 6973GH24D00010 (6973GH-24-D-00010)
by
Acquisitions & Business Services
for Warehouse Support Services (FAA, FAALC, NAS, IDIQ)
in November 2023.
The IDC
has a duration of 3 years 1 months and
was awarded
through solicitation Warehouse Support Services
with a Service Disabled Veteran Owned Small Business set aside
with
NAICS 493110 and
PSC M1GZ
via direct negotiation acquisition procedures with 17 bids received.
To date, $3,521,252 has been obligated through this vehicle.
The total ceiling is $5,913,713, of which 60% has been used.
Status
(Open)
Modified 2/24/26
Period of Performance
11/16/23
Start Date
12/29/26
Ordering Period End Date
Task Order Obligations
$3.5M
Total Obligated
$3.5M
Current Award
$3.5M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 6973GH24D00010
$-
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 6973GH24D00010
Subcontract Awards
Disclosed subcontracts for 6973GH24D00010
Opportunity Lifecycle
Procurement history for 6973GH24D00010
Transaction History
Modifications to 6973GH24D00010
People
Suggested agency contacts for 6973GH24D00010
Competition
Number of Bidders
17
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
FMHJNPNGRTL5
Awardee CAGE
7M587
Agency Detail
Awarding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Funding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Created By
eric.n-ctr.nguyen@faa.gov
Last Modified By
samantha.a.pearce@faa.gov
Approved By
samantha.a.pearce@faa.gov
Legislative
Legislative Mandates
Labor Standards
Awardee District
OK-04
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Tom Cole
Last Modified: 2/24/26