70Z08421DA1452700
Indefinite Delivery Contract
Overview
Government Description
PROVIDE BASE OPERATION SUPPORT SERVICES(BOSS) U.S.COAST GUARD AIR STATION BARBERS POINT, KAPOLEI HAWAII
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$4,281,394 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Kapolei, Hawaii 96707 United States.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Service Disabled Veterans Business Association because the government was authorized to sole source the contract by statute.
Ceiling Exceeded Total obligated funds of $4,559,434 has exceeded the reported contract ceiling of $4,281,395. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Forecast Listed as the incumbent in contract forecast Base Operation Support Services for Air Station Barbers Point.
Recompete The following similar solicitation(s) may continue aspects of this idv: J&A Recycling Base Kodiak
Amendment Since initial award the Ordering Period End Date was extended from 03/31/22 to 03/31/26 and the Vehicle Ceiling has increased 5% from $4,091,108 to $4,281,395.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Service Disabled Veterans Business Association because the government was authorized to sole source the contract by statute.
Ceiling Exceeded Total obligated funds of $4,559,434 has exceeded the reported contract ceiling of $4,281,395. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Forecast Listed as the incumbent in contract forecast Base Operation Support Services for Air Station Barbers Point.
Recompete The following similar solicitation(s) may continue aspects of this idv: J&A Recycling Base Kodiak
Amendment Since initial award the Ordering Period End Date was extended from 03/31/22 to 03/31/26 and the Vehicle Ceiling has increased 5% from $4,091,108 to $4,281,395.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Service Disabled Veterans Business Association was awarded
Indefinite Delivery Contract 70Z08421DA1452700 (70Z084-21-D-A1452700)
by
Coast Guard
for Provide Base Operation Support Services(BOSS) U.S.Coast Guard Air Station Barbers Point, Kapolei Hawaii
in September 2021.
The IDC
has a duration of 4 years 5 months and
was awarded
through solicitation BASE OPERATION SUPPORT SERVICES
full & open
with
NAICS 561210 and
PSC S216
via sole source acquisition procedures with 1 bid received.
To date, $5,008,936 has been obligated through this vehicle.
The total ceiling is $4,281,394, of which 101% has been used.
As of today, the IDC has a total reported backlog of $449,502 and funded backlog of $449,502.
Status
(Open)
Modified 9/26/25
Period of Performance
9/30/21
Start Date
3/31/26
Ordering Period End Date
Task Order Obligations and Backlog
$4.6M
Total Obligated
$5.0M
Current Award
$5.0M
Potential Award
$449.5K
Funded Backlog
$449.5K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 70Z08421DA1452700
$-
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 70Z08421DA1452700
Subcontract Awards
Disclosed subcontracts for 70Z08421DA1452700
Opportunity Lifecycle
Procurement history for 70Z08421DA1452700
Transaction History
Modifications to 70Z08421DA1452700
People
Suggested agency contacts for 70Z08421DA1452700
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
PNFDFKKWUCB3
Awardee CAGE
1UYD5
Agency Detail
Awarding Office
70Z084 LOG-9
Funding Office
70Z00P DEPUTY COMDT 4 MISSION SUPP WASH DC
Created By
7008ltorres
Last Modified By
7008ltorres
Approved By
7008ltorres
Legislative
Legislative Mandates
Labor Standards
Awardee District
MD-08
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Jamie Raskin
Last Modified: 9/26/25