6973GH25D00014
Indefinite Delivery Contract
Overview
Government Description
Phase-in (PWS 2.4) will be a period of 30 days from the effective date of the contract and is not separately priced. Attachment 05 Contract Data Requirements List (CDRL) applies, and task orders may also add additional data requirements at no extra cost. Work performed includes cybersecurity vulnerability assessment section scanning, enterprise data center support, cybersecurity assessment, delphi-prism development, customs development, tech typist/secretary support, information security officer support, change management and enterprise architecture, and information technology service management support. Additional tasks include support for the AMK-270 national wireless program and ama 260 academy, with funding for regular hours, premium hours, and travel in the base year.
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$123,046,582 (22% Used)
Related Opportunity
6973GH24R00169
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 Vehicle Ceiling has increased from $122,999,581 to $123,046,583.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Transportation has an overall 2023 small business subcontracting goal of 43%
Amendment Since initial award the Vehicle Ceiling has increased from $122,999,581 to $123,046,583.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Transportation has an overall 2023 small business subcontracting goal of 43%
Science Applications International Corporation was awarded
Indefinite Delivery Contract 6973GH25D00014 (6973GH-25-D-00014)
by
FAA Headquarters
for Information Technology Support Services (ITSS) and Cybersecurity Assessment
in January 2025.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541512 and
PSC DA01
via direct negotiation acquisition procedures with 6 bids received.
To date, $27,415,522 has been obligated through this vehicle with a potential value of all existing task orders of $30,653,052.
The total ceiling is $123,046,582, of which 22% has been used.
As of today, the IDC has a total reported backlog of $3,237,529.
Status
(Open)
Modified 2/10/26
Period of Performance
1/22/25
Start Date
1/31/30
Ordering Period End Date
Task Order Obligations and Backlog
$27.4M
Total Obligated
$27.4M
Current Award
$30.7M
Potential Award
$0.0
Funded Backlog
$3.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 6973GH25D00014
$-
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 6973GH25D00014
Subcontract Awards
Disclosed subcontracts for 6973GH25D00014
Transaction History
Modifications to 6973GH25D00014
People
Suggested agency contacts for 6973GH25D00014
Competition
Number of Bidders
6
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
MMLKPW9JLX64
Awardee CAGE
6XWA8
Agency Detail
Awarding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Funding Office
693JG2 FAA
Created By
stephanie.r.riddle@faa.gov
Last Modified By
stephanie.r.riddle@faa.gov
Approved By
stephanie.r.riddle@faa.gov
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 2/10/26