M9549420D1001
Indefinite Delivery Contract
Overview
Government Description
PROFESSIONAL SUPPORT SERVICES
Awarding Agency
Funding Agency
Pricing
Fixed Price
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
$94,184,597 (22% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20350 United States.
Forecast Listed as the incumbent in contract forecast LP Professional Services.
Recompete The following similar solicitation(s) may continue aspects of this idv: MCICOM Professional Services Support, I and L LP IDIQ MAC Follow on
Incumbent Based on the size of recent awards, Sabel Systems Technology Solutions may exceed the set-aside threshold of $24.5 million for NAICS 541611 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 03/08/25 to 03/08/26.
Forecast Listed as the incumbent in contract forecast LP Professional Services.
Recompete The following similar solicitation(s) may continue aspects of this idv: MCICOM Professional Services Support, I and L LP IDIQ MAC Follow on
Incumbent Based on the size of recent awards, Sabel Systems Technology Solutions may exceed the set-aside threshold of $24.5 million for NAICS 541611 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 03/08/25 to 03/08/26.
Sabel Systems Technology Solutions was awarded
Indefinite Delivery Contract M9549420D1001 (M95494-20-D-1001)
by
Marine Corps
for Professional Support Services
in March 2020.
The IDC
has a duration of 6 years and
was awarded
through solicitation LP's Professional Services IDIQ
with a Small Business Total set aside
with
NAICS 541611 and
PSC R408
via direct negotiation acquisition procedures with 18 bids received.
To date, $20,314,159 has been obligated through this vehicle with a potential value of all existing task orders of $27,941,345.
The total ceiling is $94,184,597, of which 22% has been used.
As of today, the IDC has a total reported backlog of $7,627,186.
The vehicle was awarded through USMC Logistics Plans (LP) IDIQ.
DOD Announcements
Mar 2020:
Sabel Systems Technology Solutions LLC,* Gainesville, Virginia (M95494-20-D-1001); Targeted Approach LLC,* Alexandria, Virginia (M95494-20-D-1002); CANA LLC,* doing business as CANA Advisors, Gainesville, Virginia (M95494-20-D-1003); Knowledge Management Inc.,* Tyngsboro, Massachusetts (M95494-20-D-1004); and Arrow Alliance Industries LLC,* Spotsylvania, Virginia (M95494-20-D-1005), are awarded $94,184,597 a hybrid firm-fixed-price and cost only indefinite-delivery/indefinite-quantity, multiple award contract (IDIQ-MAC) to provide professional support services to the Assistant Deputy Commandant, Installations and Logistics, Logistics Plans, Policies and Strategic Mobility Division. Work will be performed in Washington, District of Columbia. The IDIQ-MACs have a five year ordering period with a shared maximum value of $94,184,597. These businesses will have the opportunity to compete for individual task orders. Work is expected to be completed March 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $5,000 ($25,000 total) is being obligated under each contract's initial task order to fund the minimum guarantee and will expire at the end of the current fiscal year. These contracts were competitively solicited via Federal Business Opportunities and 18 proposals were received. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.
Status
(Open)
Modified 7/8/25
Period of Performance
3/5/20
Start Date
3/8/26
Ordering Period End Date
Task Order Obligations and Backlog
$20.3M
Total Obligated
$20.3M
Current Award
$27.9M
Potential Award
$0.0
Funded Backlog
$7.6M
Total Backlog
Award Hierarchy
Vehicle
Indefinite Delivery Contract
M9549420D1001
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under M9549420D1001
$-
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 M9549420D1001
Subcontract Awards
Disclosed subcontracts for M9549420D1001
Opportunity Lifecycle
Procurement history for M9549420D1001
Transaction History
Modifications to M9549420D1001
People
Suggested agency contacts for M9549420D1001
Competition
Number of Bidders
18
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
DoD Claimant Code
None
Awardee UEI
F65SGFW2TUC6
Awardee CAGE
5Z2A6
Agency Detail
Awarding Office
M95494 COMMANDING OFFICER
Funding Office
M00088 COMMANDING OFFICER
Created By
walter.c.knapp.civ@usmc.mil
Last Modified By
david.godfrey.m95494@web.usmc.mil
Approved By
walter.c.knapp.civ@usmc.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $934,136 | 502% |
Last Modified: 7/8/25