FA700022D0008
Indefinite Delivery Contract
Overview
Government Description
Base custodial service. Services include custodial work performed at base facilities and cadet dormitories, including cleaning and maintenance of carpet and hardwood floors. Work is conducted in accordance with the Performance Work Statement (PWS) and Price Schedule (PS) for specified periods. Service Contract Act (SCA) wage adjustments and executive order 14026 requirements are incorporated for applicable service periods.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$10,000,000
Vehicle Ceiling
$50,000,000 (36% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Usaf Academy, Colorado 80840 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 Goodwill Industrial Services because the government was authorized to sole source the contract by statute.
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 Goodwill Industrial Services because the government was authorized to sole source the contract by statute.
Goodwill Industrial Services was awarded
Indefinite Delivery Contract FA700022D0008 (FA7000-22-D-0008)
by
Air Force Academy
for Base And Dorm Custodial Services
in August 2022.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 561720 and
PSC S201
via sole source acquisition procedures with 1 bid received.
To date, $17,932,778 has been obligated through this vehicle.
The total ceiling is $50,000,000, of which 36% has been used.
Status
(Open)
Modified 9/2/25
Period of Performance
8/31/22
Start Date
8/31/27
Ordering Period End Date
Task Order Obligations
$17.9M
Total Obligated
$17.9M
Current Award
$17.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA700022D0008
$-
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 FA700022D0008
Subcontract Awards
Disclosed subcontracts for FA700022D0008
Transaction History
Modifications to FA700022D0008
People
Suggested agency contacts for FA700022D0008
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
GWNQNKK82P63
Awardee CAGE
3Z562
Agency Detail
Awarding Office
FA7000 FA7000 10 CONS LGC
Funding Office
F4BQ00 10 CE
Created By
leila.bussey1@us.af.mil
Last Modified By
leila.bussey1@us.af.mil
Approved By
leila.bussey1@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
CO-05
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Doug Lamborn
Last Modified: 9/2/25