Search IDVs

W911W414D0014

Indefinite Delivery Contract

Overview

Government Description
Procurement of intelligence, information operations, mission support and sustainment services supporting global inscom, Army and mission partner requirements worldwide.
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Partial (SBP)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$2,160,000,000
Vehicle Ceiling
$2,160,000,000 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort George G Meade, Maryland 20755 United States.
Amendment Since initial award the Ordering Period End Date was extended from 09/11/19 to 01/25/20.
Calhoun International was awarded Indefinite Delivery Contract W911W414D0014 (W911W4-14-D-0014) by Intelligence and Security Command in September 2014. The IDC has a duration of 5 years 4 months and was awarded through solicitation United States Army Intelligence and Security Command Global Intelligence Support Services Acquisition. with a Small Business Partial set aside with NAICS 541990 and PSC R423 via direct negotiation acquisition procedures with 20 bids received. To date, $25,841,476 has been obligated through this vehicle with a potential value of all existing task orders of $55,508,415. The total ceiling is $2,160,000,000, of which 1% has been used. As of today, the IDC has a total reported backlog of $33,317,119 and funded backlog of $3,650,180. The vehicle was awarded through INSCOM Global Intelligence Support Services (GISS).

DOD Announcements

Sep 2014: Absolute Business Corp.,* Herndon, Virginia (W911W4-14-D-0012); Archimedes Global, *Wesley Chapel, Florida (W911W4-14-D-0013); Calhoun International, LLC,* Tampa, Florida (W911W4-14-D-0014); Circinus, LLC,* Fredericksburg, Virginia (W911W4-14-D-0015); Charles F. Day & Associates,* Stafford, Virginia (W911W4-14-D-0016); E&M Technologies, Inc.,* Laurel, Maryland (W911W4-14-D-0017); Integral Consulting Services,* Gaithersburg, Maryland (W911W4-14-D-0018); K-3 Enterprises, Inc.,* Fayetteville, North Carolina (W911W4-14-D-0019); Pluribus International Corp.,* Alexandria, Virginia (W911W4-14-D-0020); and The Buffalo Group,* Reston, Virginia (W911W4-14-D-0021), were collectively awarded a $2,160,000,000 hybrid, indefinite-delivery/indefinite-quantity contract for global intelligence support services acquisition. This acquisition is designed to acquire flexible, comprehensive, cost effective services to support the Army's need for fully integrated intelligence, security, information operations and related support. Funding and work location will be determined with each order, with an estimated completion date of Sept. 11, 2019. Each contractor will compete for task orders, and receive a minimum guarantee of $5,000. Bids were solicited as a partial small business set-aside acquisition, with 20 received. Army Intelligence and Security Command, Fort Belvoir, Virginia, is the contracting activity.

Status
(Complete)

Modified 12/11/17
Period of Performance
9/12/14
Start Date
1/25/20
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$22.2M
Total Obligated
$25.8M
Current Award
$55.5M
Potential Award
40% Funded
$3.7M
Funded Backlog
$33.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W911W414D0014

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W911W414D0014

$-

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 W911W414D0014

Subcontract Awards

Disclosed subcontracts for W911W414D0014

Opportunity Lifecycle

Procurement history for W911W414D0014

Transaction History

Modifications to W911W414D0014

People

Suggested agency contacts for W911W414D0014

Competition

Number of Bidders
20
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
DU5XUFC126G5
Awardee CAGE
43HU6
Agency Detail
Awarding Office
W911W4 W00Y CONTR OFC DODAAC
Funding Office
W81GNN W00Y HQ USA INTEL SEC CMD
Created By
brendon.m.courtade.civ@army.mil
Last Modified By
brendon.m.courtade.civ@army.mil
Approved By
brendon.m.courtade.civ@army.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Labor Standards
Awardee District
FL-14
Senators
Marco Rubio
Rick Scott
Representative
Kathy Castor
Last Modified: 12/11/17