70CTD022D00000014
Indefinite Delivery Contract
Overview
Government Description
HYPERAUTOMATION SERVICES FOR IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO) SCALABLE WAYS TO INITIATE FLEXIBLE TASKS (SWIFT).
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$1,090,000,000 (2% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Reston, Virginia 20190 United States.
Amendment Since initial award the Vehicle Ceiling has increased 894% from $109,657,489 to $1,090,000,000.
Amendment Since initial award the Vehicle Ceiling has increased 894% from $109,657,489 to $1,090,000,000.
Stella JV was awarded
Indefinite Delivery Contract 70CTD022D00000014 (70CTD0-22-D-00000014)
by
Immigration and Customs Enforcement
for Hyperautomation Services For Immigration And Customs Enforcement (ICE) Office Of The Chief Information Officer (OCIO) Scalable Ways To Initiate Flexible Tasks (SWIFT).
in September 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation Scalable Ways to Implement Flexible Tasks (SWIFT)
with a Small Business Total set aside
with
NAICS 541519 and
PSC DA01
via direct negotiation acquisition procedures with 5 bids received.
To date, $23,947,978 has been obligated through this vehicle with a potential value of all existing task orders of $38,220,234.
The total ceiling is $1,090,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $14,272,256.
The vehicle was awarded through Immigrations and Customs Enforcement, Scalable Ways to Implement Flexible Tasks (SWIFT).
Status
(Open)
Modified 6/12/25
Period of Performance
9/15/22
Start Date
9/14/27
Ordering Period End Date
Task Order Obligations and Backlog
$23.9M
Total Obligated
$23.9M
Current Award
$38.2M
Potential Award
$0.0
Funded Backlog
$14.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
70CTD022D00000014
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 70CTD022D00000014
$-
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 70CTD022D00000014
Subcontract Awards
Disclosed subcontracts for 70CTD022D00000014
Opportunity Lifecycle
Procurement history for 70CTD022D00000014
Transaction History
Modifications to 70CTD022D00000014
People
Suggested agency contacts for 70CTD022D00000014
Competition
Number of Bidders
5
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
FYAVUWB5C8K9
Awardee CAGE
99R00
Agency Detail
Awarding Office
70CTD0 INFORMATION TECHNOLOGY DIVISION
Funding Office
70CBRM CHIEF INFORMATION OFFICER BUSINESS RESOURCE MANAGEMENT
Created By
jcasden7012
Last Modified By
ddaniel7012
Approved By
ddaniel7012
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
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 | Advisory and assistance services (25.1) | $5,183,914 | 100% |
Last Modified: 6/12/25