70B01C25D00000023
Indefinite Delivery Contract
Overview
Government Description
THE PURPOSE OF THIS IDIQ CONTRACT IS TO PROCURE SERVICES IN SUPPORT OF TACTICAL INFRASTRUCTURE MAINTENANCE REQUIREMENTS ALONG THE U.S./MEXICO BORDER IN TEXAS.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$53,558,757 (10% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chula Vista, California 91910 United States.
Vulnerable Incumbent FDT Water Infrastructure is listed as graduating from the 8(a) program in March 2030, which may limit its ability to recompete.
Vulnerable Incumbent FDT Water Infrastructure is listed as graduating from the 8(a) program in March 2030, which may limit its ability to recompete.
FDT Water Infrastructure was awarded
Indefinite Delivery Contract 70B01C25D00000023 (70B01C-25-D-00000023)
by
Customs and Border Protection
for The Purpose Of This Idiq Contract Is To Procure Services In Support Of Tactical Infrastructure Maintenance Requirements Along The U.S./Mexico Border In Texas.
in September 2025.
The IDC
has a duration of 5 years 6 months and
was awarded
through solicitation CBP San Diego Sector Maintenance
with a 8(a) set aside
with
NAICS 237990 and
PSC Z1LB
via direct negotiation acquisition procedures with 4 bids received.
To date, $5,118,819 has been obligated through this vehicle with a potential value of all existing task orders of $9,818,283.
The total ceiling is $53,558,757, of which 10% has been used.
As of today, the IDC has a total reported backlog of $4,699,464.
Status
(Open)
Modified 10/2/25
Period of Performance
9/29/25
Start Date
3/29/31
Ordering Period End Date
Task Order Obligations and Backlog
$5.1M
Total Obligated
$5.1M
Current Award
$9.8M
Potential Award
$0.0
Funded Backlog
$4.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 70B01C25D00000023
$-
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 70B01C25D00000023
Subcontract Awards
Disclosed subcontracts for 70B01C25D00000023
Opportunity Lifecycle
Procurement history for 70B01C25D00000023
Transaction History
Modifications to 70B01C25D00000023
People
Suggested agency contacts for 70B01C25D00000023
Competition
Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
EN96R4SP4NF9
Awardee CAGE
8B6V3
Agency Detail
Awarding Office
70B01C ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION
Funding Office
70B021 OFFICE OF FACILITIES & ASSET MANAGEMENT
Created By
abaker7014
Last Modified By
dmcmullen7014
Approved By
dmcmullen7014
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
AZ-04
Senators
Kyrsten Sinema
Mark Kelly
Mark Kelly
Representative
Greg Stanton
Last Modified: 10/2/25