Search IDVs

70CTD022D00000017

Indefinite Delivery Contract

Overview

Government Description
VISUALIZATION FOR IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO) SCALABLE WAYS TO IMPLEMENT FLEXIBLE TASKS (SWIFT).
Awardee
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 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Arlington, Virginia 22201 United States.
Amendment Since initial award the Vehicle Ceiling has increased 789% from $122,650,427 to $1,090,000,000.
Indev was awarded Indefinite Delivery Contract 70CTD022D00000017 (70CTD0-22-D-00000017) by Immigration and Customs Enforcement for Visualization For Immigration And Customs Enforcement (ICE) Office Of The Chief Information Officer (OCIO) Scalable Ways To Implement 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 4 bids received. To date, $5,929,730 has been obligated through this vehicle with a potential value of all existing task orders of $30,937,069. The total ceiling is $1,090,000,000, of which 1% has been used. As of today, the IDC has a total reported backlog of $25,318,504 and funded backlog of $311,165. The vehicle was awarded through Immigrations and Customs Enforcement, Scalable Ways to Implement Flexible Tasks (SWIFT).

Status
(Open)

Modified 6/18/25
Period of Performance
9/15/22
Start Date
9/14/27
Ordering Period End Date
60.0% Complete

Task Order Obligations and Backlog
$5.6M
Total Obligated
$5.9M
Current Award
$30.9M
Potential Award
18% Funded
$311.2K
Funded Backlog
$25.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

70CTD022D00000017

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 70CTD022D00000017

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under 70CTD022D00000017

Subcontract Awards

Disclosed subcontracts for 70CTD022D00000017

Opportunity Lifecycle

Procurement history for 70CTD022D00000017

Transaction History

Modifications to 70CTD022D00000017

People

Suggested agency contacts for 70CTD022D00000017

Competition

Number of Bidders
4
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
KL5NHJFK1KT6
Awardee CAGE
6F9W8
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-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer

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) $1,965,633 100%
Last Modified: 6/18/25