Search IDVs

HC102818D0007

Indefinite Delivery Contract

Overview

Government Description
Encore III It Solutions
Government Project
ENCORE III F&O
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$100,000,000
Vehicle Ceiling
$437,500,000 (30% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chantilly, Virginia 20151 United States.
Amendment Since initial award the Ordering Period End Date was extended from 11/01/27 to 03/11/28.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
CACI was awarded Indefinite Delivery Contract HC102818D0007 (HC1028-18-D-0007) by Defense Information Systems Agency in November 2017. The IDC has a duration of 10 years 4 months and was awarded through solicitation ENCORE III Final Request for Proposal (RFP) full & open with NAICS 541519 and PSC D399 via direct negotiation acquisition procedures with 72 bids received. To date, $145,412,016 has been obligated through this vehicle with a potential value of all existing task orders of $282,630,596. The total ceiling is $437,500,000, of which 30% has been used. As of today, the IDC has a total reported backlog of $149,242,179 and funded backlog of $12,023,600. The vehicle was awarded through ENCORE Information Technology Services III (ENCORE III).

DOD Announcements

Nov 2017: 22nd Century Technologies Inc.,* McLean, Virginia (HC1028-18-D-0001); AASKl Technology Inc.,* Tinton Falls, New Jersey (HC1028-18-D-0002); Ace Info Solutions Inc.,* Reston, Virginia (HC1028-18-D-0003); ActioNet Inc.,* Vienna, Virginia (HC1028-18-D-0004); AECOM XNet LLC,* Germantown, Maryland (HC1028-18-D-0005); Booz Allen Hamilton Inc.,* Mclean, Virginia (HC1028-18-D-0006); CACI Inc.-Federal,* Chantilly, Virginia (HC1028-18-D-0007); CSRA LLC,* Falls Church, Virginia (HC1028-18-D-0008); ECS Federal LLC,* Fairfax, Virginia (HC1028-18-D-0009); General Dynamics One Source LLC,* Fairfax, Virginia (HC1028-18-D-0010); IAP C4ISR,* Cape Canaveral, Florida (HC1028-18-D-0011); IndraSoft Inc.,* Reston, Virginia (HC1028-18-D-0012); Leidos Innovations Corp.,* Gaithersburg, Maryland (HC1028-18-D-0013); ManTech Advanced Systems Intl Inc.,* Herndon, Virginia (HC1028-18-D-0014); NES Associates LLC,* Alexandria, Virginia (HC1028-18-D-0015); NetCentrics Corp.,* Herndon, Virginia (HC1028-18-D-0016); Next Tier Concepts Inc.,* Vienna, Virginia (HC1028-18-D-0017); Phacil Inc.,* Arlington, Virginia (HC1028-18-D-0018); Qbase LLC,* Beavercreek, Ohio (HC1028-18-D-0019); Solers Inc.,* Arlington, Virginia (HC1028-18-D-0020), were awarded a suite of not-to-exceed multiple award indefinite-delivery/indefinite-quantity (ID/IQ) contracts for providing a full range of information technology (IT) services and solutions required by the Defense Information Systems Agency (DISA), the Department of Defense (DoD), and other agencies of the federal government. The face value of this action is $10,000 (a $500 minimum guarantee to each contractor), funded by no year defense working capital funds. The total cumulative face value of the contracts is $17,500,000,000 (cumulative ceiling amount) for all ID/IQ contracts issued in both the full and open and small business set-aside suites combined. This notification is for the full and open suite only. Performance will be at locations across the globe wherever DoD IT services are required. Proposals were solicited via www.FBO.gov, and 72 proposals were received.  The period of performance is a five-year base period and five one-year option periods.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

Status
(Open)

Modified 12/18/25
Period of Performance
11/1/17
Start Date
3/11/28
Ordering Period End Date
82.0% Complete

Task Order Obligations and Backlog
$133.4M
Total Obligated
$145.4M
Current Award
$282.6M
Potential Award
47% Funded
$12.0M
Funded Backlog
$149.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

HC102818D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under HC102818D0007

$-

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 HC102818D0007

Subcontract Awards

Disclosed subcontracts for HC102818D0007

Opportunity Lifecycle

Procurement history for HC102818D0007

Transaction History

Modifications to HC102818D0007

People

Suggested agency contacts for HC102818D0007

Competition

Number of Bidders
72
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
N3PBJAVNKF61
Awardee CAGE
1QU78
Agency Detail
Awarding Office
HC1028 IT CONTRACTING DIVISION - PL83
Funding Office
HC1028 IT CONTRACTING DIVISION - PL83
Created By
victoria.l.koerkenmeier@mail.mil
Last Modified By
victoria.l.koerkenmeier@mail.mil
Approved By
victoria.l.koerkenmeier@mail.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Materials, Supplies, Articles & Equipment
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 12/18/25