Search IDVs

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.
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)
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.
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
76.0% Complete

Task Order Obligations
$3.5M
Total Obligated
$3.5M
Current Award
$3.5M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

6973GH24D00010

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 6973GH24D00010

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


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
Representative
Tom Cole
Last Modified: 2/24/26