6973GH24D00017
Indefinite Delivery Contract
Overview
Government Description
Igf OT igf 5-YEAR (base and 4 annual options) for aviation safety & flight standards organizational support for AFB-260. Work performed includes providing organizational support services for aviation safety (AVS) and Flight Standards (FS).
Awardee
Awarding / Funding Agency
Pricing
Time And Materials
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$5,794,003 (24% Used)
Related Opportunity
6973GH23R00142
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73169 United States.
Sole Source This IDC was awarded sole source to Icatalyst because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 12/10/28 to 12/10/26 and the Vehicle Ceiling has increased 20% from $4,847,062 to $5,794,003.
Sole Source This IDC was awarded sole source to Icatalyst because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 12/10/28 to 12/10/26 and the Vehicle Ceiling has increased 20% from $4,847,062 to $5,794,003.
Icatalyst was awarded
Indefinite Delivery Contract 6973GH24D00017 (6973GH-24-D-00017)
by
Acquisitions & Business Services
for Aviation Safety & Flight Standards Organizational Support (AFB-260, AVS/FS)
in December 2023.
The IDC
has a duration of 3 years and
was awarded
full & open
with
NAICS 541611 and
PSC R499
via sole source acquisition procedures with 1 bid received.
To date, $1,374,511 has been obligated through this vehicle with a potential value of all existing task orders of $2,841,357.
The total ceiling is $5,794,003, of which 24% has been used.
As of today, the IDC has a total reported backlog of $1,466,846.
Status
(Open)
Modified 2/20/26
Period of Performance
12/5/23
Start Date
12/10/26
Ordering Period End Date
Task Order Obligations and Backlog
$1.4M
Total Obligated
$1.4M
Current Award
$2.8M
Potential Award
$0.0
Funded Backlog
$1.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 6973GH24D00017
$-
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 6973GH24D00017
Subcontract Awards
Disclosed subcontracts for 6973GH24D00017
Transaction History
Modifications to 6973GH24D00017
People
Suggested agency contacts for 6973GH24D00017
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
LZP7BJ41G7L5
Awardee CAGE
8AMJ2
Agency Detail
Awarding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Funding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Created By
shomari.y.wilson@faa.gov
Last Modified By
shomari.y.wilson@faa.gov
Approved By
shomari.y.wilson@faa.gov
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 2/20/26