70CMSD22D00000004
Indefinite Delivery Contract
Overview
Government Description
FORENSIC SOFTWARE AND SERVICES
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$15,842,515 (88% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fairfax, Virginia 22030 United States.
Sole Source This IDC was awarded sole source to Chainalysis Government Solutions because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 30% from $12,227,433 to $15,842,516.
Sole Source This IDC was awarded sole source to Chainalysis Government Solutions because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 30% from $12,227,433 to $15,842,516.
Chainalysis Government Solutions was awarded
Indefinite Delivery Contract 70CMSD22D00000004 (70CMSD-22-D-00000004)
by
Immigration and Customs Enforcement
for Forensic Software And Services
in September 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation Notice of Intent to Sole Source: Chainalysis Government Solutions
full & open
with
NAICS 511210 and
PSC DH01
via sole source acquisition procedures with 1 bid received.
To date, $13,892,961 has been obligated through this vehicle.
The total ceiling is $15,842,515, of which 88% has been used.
Status
(Open)
Modified 9/9/25
Period of Performance
9/15/22
Start Date
9/15/27
Ordering Period End Date
Task Order Obligations
$13.9M
Total Obligated
$13.9M
Current Award
$13.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70CMSD22D00000004
$-
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 70CMSD22D00000004
Subcontract Awards
Disclosed subcontracts for 70CMSD22D00000004
Opportunity Lifecycle
Procurement history for 70CMSD22D00000004
Transaction History
Modifications to 70CMSD22D00000004
People
Suggested agency contacts for 70CMSD22D00000004
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
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
WKJMZC2CH6Z9
Awardee CAGE
71V77
Agency Detail
Awarding Office
70CMSD INVESTIGATIONS AND OPERATIONS SUPPORT DALLAS
Funding Office
70CDV4 HOMELAND SECURITY INVESTIGATIONS DIVISION 4
Created By
bford7012
Last Modified By
ghermsen7012
Approved By
ghermsen7012
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operations and Support, U.S. Immigration and Customs Enforcement, Homeland Security (070-0540) | Federal law enforcement activities | Equipment (31.0) | $4,313,805 | 73% |
| Operations and Support, U.S. Immigration and Customs Enforcement, Homeland Security (070-0540) | Federal law enforcement activities | Other goods and services from Federal sources (25.3) | $1,583,600 | 27% |
Last Modified: 9/9/25