Search IDVs

HS002123D0003

Indefinite Delivery Contract

Overview

Government Description
EXPEDITED AND ANALYTICAL SERVICES
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$100,000,000 (24% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hanover, Maryland 21076 United States.
Sole Source This IDC was awarded sole source to Cherokee Insights because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Cherokee Insights was awarded Indefinite Delivery Contract HS002123D0003 (HS0021-23-D-0003) by Defense Counterintelligence and Security Agency for Expedited And Analytical Services in August 2023. The IDC has a duration of 5 years 1 months and was awarded with a 8(a) Sole Source set aside with NAICS 541990 and PSC B538 via sole source acquisition procedures with 1 bid received. To date, $23,864,845 has been obligated through this vehicle. The total ceiling is $100,000,000, of which 24% has been used.

DOD Announcements

Aug 2023: Cherokee Insights LLC, Tulsa, Oklahoma, has been awarded a $100,000,000 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (HS0021-23-D-0003) for the Defense Counterintelligence and Security Agency (DCSA). The contract provides analytical services in support of DCSA's Vetting Risk Operations expedited screening and continuous vetting missions.  Work will be performed in Hanover, Maryland; and McLean, Virginia. The contract has a five year ordering period with an estimated completion date of Sept. 29, 2028. Contract actions will be issued and funds obligated as individual task orders. The award is the result of an 8(a) direct award.  DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

Status
(Open)

Modified 6/20/25
Period of Performance
8/27/23
Start Date
9/29/28
Ordering Period End Date
41.0% Complete

Task Order Obligations
$23.9M
Total Obligated
$23.9M
Current Award
$23.9M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

HS002123D0003

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under HS002123D0003

$-

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 HS002123D0003

Subcontract Awards

Disclosed subcontracts for HS002123D0003

Transaction History

Modifications to HS002123D0003

People

Suggested agency contacts for HS002123D0003

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
Small Business
DoD Claimant Code
None
Awardee UEI
FAHJL6MBXS15
Awardee CAGE
75V96
Agency Detail
Awarding Office
HS0021 DEFENSE CI AND SECURITY AGENCY
Funding Office
HS0021 DEFENSE CI AND SECURITY AGENCY
Created By
ecwm.soa@sa97av.dcsa
Last Modified By
joseph.e.maier3.civ@mail.mil
Approved By
ecwm.soa@sa97av.dcsa

Legislative

Legislative Mandates
Labor Standards
Awardee District
OK-01
Senators
James Lankford
Markwayne Mullin
Representative
Kevin Hern
Last Modified: 6/20/25