Search IDVs

70FA5021D00000001

Indefinite Delivery Contract

Overview

Government Description
NATIONAL PUBLIC WARNING SYSTEM (NPWS) SUSTAINMENT, DECOMMISSIONING, CONSTRUCTION, MODERNIZATION, ENVIRONMENTAL AND HISTORIC PRESERVATION AND THE IPAWS NPWS TECHNICAL SERVICES CENTER SUSTAINMENT
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$62,400,000 (78% 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 01/31/22 to 01/31/25 and the Vehicle Ceiling has increased 30% from $48,000,000 to $62,400,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
CACI was awarded Indefinite Delivery Contract 70FA5021D00000001 (70FA50-21-D-00000001) by Federal Emergency Management Agency in January 2021. The IDC has a duration of 4 years and was awarded through solicitation National Public Warning System full & open with NAICS 541611 and PSC DF01 via direct negotiation acquisition procedures with 1 bid received. To date, $48,624,205 has been obligated through this vehicle with a potential value of all existing task orders of $56,310,885. The total ceiling is $62,400,000, of which 78% has been used. As of today, the IDC has a total reported backlog of $7,686,680 and funded backlog of $0.

Status
(Complete)

Modified 1/27/25
Period of Performance
1/31/21
Start Date
1/31/25
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$48.6M
Total Obligated
$48.6M
Current Award
$56.3M
Potential Award
86% Funded
$0.3
Funded Backlog
$7.7M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

70FA5021D00000001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 70FA5021D00000001

$-

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 70FA5021D00000001

Subcontract Awards

Disclosed subcontracts for 70FA5021D00000001

Opportunity Lifecycle

Procurement history for 70FA5021D00000001

Transaction History

Modifications to 70FA5021D00000001

People

Suggested agency contacts for 70FA5021D00000001

Competition

Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
N3PBJAVNKF61
Awardee CAGE
1QU78
Agency Detail
Awarding Office
70FA50 NATIONAL CONTINUITY SECTION(CON50)
Funding Office
70FPMS MS - MISSION SUPPORT
Created By
erincotter@dhs.gov
Last Modified By
erincotter@dhs.gov
Approved By
erincotter@dhs.gov

Legislative

Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Procurement, Construction, and Improvements, Federal Emergency Management Agency, Homeland Security (070-0414) Disaster relief and insurance Advisory and assistance services (25.1) $15,925,342 66%
Operations and Support, Federal Emergency Management Agency, Homeland Security (070-0700) Disaster relief and insurance Advisory and assistance services (25.1) $8,318,838 34%
Last Modified: 1/27/25