N0018922DZ015
Indefinite Delivery Contract
Overview
Government Description
FIP IV FINANCIAL IMPROVEMENT AND AUDIT REMEDIATION (FIAR) SERVICES FFP
Awardee
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$671,221,296 (27% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Mclean, Virginia 22102 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
KPMG was awarded
Indefinite Delivery Contract N0018922DZ015 (N00189-22-D-Z015)
by
Financial Management and Comptroller
for Fip Iv Financial Improvement And Audit Remediation (FIAR) Services Ffp
in April 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation DTS Support Services
full & open
with
NAICS 541219 and
PSC R704
via direct negotiation acquisition procedures with 6 bids received.
To date, $219,122,438 has been obligated through this vehicle with a potential value of all existing task orders of $248,727,026.
The total ceiling is $671,221,296, of which 27% has been used.
As of today, the IDC has a total reported backlog of $70,210,693 and funded backlog of $40,606,105.
The vehicle was awarded through Financial Improvement and Audit Readiness (FIAR) IV.
DOD Announcements
Apr 2022:
Kearney & Co. P.C., Alexandria, Virginia (N00189-22-D-Z014); KPMG LLP, McLean, Virginia (N00189-22-D-Z015); Sehlke Consulting, Vienna, Virginia (N00189-22-D-Z016); Deloitte & Touche LLP, Arlington, Virginia (N00189-22-D-Z017); and Guidehouse Inc., Falls Church, Virginia (N00189-22-D-Z018), are awarded an estimated $999,620,355 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of both firm-fixed-price and cost-plus-fixed-fee task orders to provide services in the areas of financial reporting, accounting operations, business process standardization, and various audit-related services in support of the Department of the Navy Financial Improvement and Audit Remediation Program. Each contract will run concurrently and will include a 60-month base ordering period with no options. The ordering period will begin April 2022 and is expected to be completed by April 2027. Work will be performed in the National Capital Region (75%); various facilities in the continental U.S. identified at task order level (23%); and various locations outside the continental U.S. (2%) that cannot be determined at this time. Fiscal year 2022 operations and maintenance (Navy) funds in the amount of $250,000 will be obligated ($50,000 on each of the five contracts) to fund the contract’s minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was full and open competitive solicitation for the award of multiple contracts pursuant to the authority set forth in Defense Federal Acquisition Regulation 16.504. The requirement was solicited through Navy Electronic Commerce Online and beta.sam.gov, with six offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
Sep 2023: KPMG LLP, McLean, Virginia is awarded a $30,848,758 seven month firm-fixed-price, cost-reimbursable-no-fee bridge task order (M95494-23-F-0002) under the Department of Navy Financial Improvement Program IV contract (N00189-22-D-Z015) to continue financial improvement and audit readiness support services for the Marine Corps Deputy Commandant for Installation and Logistics. This task order will provide continued assistance in the financial remediation of current and future audit deficiencies related to property, plant, equipment, inventory and related property, other asset segments and the acquire-to-retire, plan-to-stock, procure-to-pay and order-to-cash business mission areas. Work will be performed at the Pentagon and Naval Support Facility Arlington, Virginia (20%); Marine Corps Base Quantico, Virginia (16%); Marine Corps Base Camp Pendleton, California (7%); Marine Corps Base Camp Lejeune, North Carolina (7%); Okinawa Prefecture, Japan (7%); New Orleans, Louisiana (1%); Camp H.M. Smith, Hawaii (2%); and Marine Corps Logistics Base Albany, Georgia (40%), with an expected completion date of April 27, 2024. This task order includes a four month option period which, if exercised, could bring the cumulative value of this task order to $47,941,886. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $20,721,133 are being obligated at time of award. This task order was not competitively procured pursuant to Federal Acquisition Regulation 16.505(b)(2)(i)(G). Marine Corps Installations Command, Arlington, Virginia, is the contracting activity (M95494-23-F-0002).
Sep 2023: KPMG LLP, McLean, Virginia is awarded a $30,848,758 seven month firm-fixed-price, cost-reimbursable-no-fee bridge task order (M95494-23-F-0002) under the Department of Navy Financial Improvement Program IV contract (N00189-22-D-Z015) to continue financial improvement and audit readiness support services for the Marine Corps Deputy Commandant for Installation and Logistics. This task order will provide continued assistance in the financial remediation of current and future audit deficiencies related to property, plant, equipment, inventory and related property, other asset segments and the acquire-to-retire, plan-to-stock, procure-to-pay and order-to-cash business mission areas. Work will be performed at the Pentagon and Naval Support Facility Arlington, Virginia (20%); Marine Corps Base Quantico, Virginia (16%); Marine Corps Base Camp Pendleton, California (7%); Marine Corps Base Camp Lejeune, North Carolina (7%); Okinawa Prefecture, Japan (7%); New Orleans, Louisiana (1%); Camp H.M. Smith, Hawaii (2%); and Marine Corps Logistics Base Albany, Georgia (40%), with an expected completion date of April 27, 2024. This task order includes a four month option period which, if exercised, could bring the cumulative value of this task order to $47,941,886. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $20,721,133 are being obligated at time of award. This task order was not competitively procured pursuant to Federal Acquisition Regulation 16.505(b)(2)(i)(G). Marine Corps Installations Command, Arlington, Virginia, is the contracting activity (M95494-23-F-0002).
Status
(Open)
Modified 4/15/25
Period of Performance
4/21/22
Start Date
4/21/27
Ordering Period End Date
Task Order Obligations and Backlog
$178.5M
Total Obligated
$219.1M
Current Award
$248.7M
Potential Award
$40.6M
Funded Backlog
$70.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N0018922DZ015
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0018922DZ015
$-
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 N0018922DZ015
Subcontract Awards
Disclosed subcontracts for N0018922DZ015
Opportunity Lifecycle
Procurement history for N0018922DZ015
Transaction History
Modifications to N0018922DZ015
People
Suggested agency contacts for N0018922DZ015
Competition
Number of Bidders
6
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
MAA3SBSDQVM1
Awardee CAGE
7QEG9
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N41421 ASN (FM & C)
Created By
david.gagliardi1@navy.mil
Last Modified By
david.gagliardi1@navy.mil
Approved By
david.gagliardi1@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 4/15/25