Understanding Indefinite Delivery Vehicles (IDVs)
Indefinite Delivery Vehicles are the backbone of federal procurement. They account for the majority of federal contract spending and include some of the most well-known contract vehicles in government — from GSA Schedules to multi-billion-dollar GWACs.
Understanding the four types of IDVs, how they relate to each other, and how orders flow through them is essential for any company pursuing government contracts.
100M+ government records · 300+ gov/news sources · Updated hourly
The Four Types of IDVs
The most flexible and widely used IDV type. An IDIQ contract establishes a binding agreement for an indefinite quantity of supplies or services during a fixed time period. The government places individual task orders or delivery orders as needs arise. Every IDIQ has a minimum order guarantee and a maximum ceiling. IDIQs are governed by FAR Subpart 16.5 and are used for both single-award and multiple-award vehicles.
Examples include OASIS+, Alliant 2, SEWP V, CIO-SP4, and agency-specific vehicles. IDIQs are the vehicle of choice for large, complex services requirements.
A simplified purchasing arrangement (not a formal contract) that establishes a charge account with a vendor for recurring needs. BPAs are governed by FAR 13.303 and are most commonly established against GSA Schedule contracts. Individual purchases (called "calls") are placed against the BPA as needs arise.
BPAs are simpler to establish and administer than IDIQs and are used for smaller, recurring purchases such as office supplies, IT equipment, staff augmentation, and maintenance services. They are an excellent entry point for small businesses.
A written instrument of understanding between the government and a contractor that establishes terms and conditions for future orders. Unlike an IDIQ, a BOA is not a contract — it does not obligate any funds or commit the government to any orders. Each individual order placed under a BOA is itself a separate contract.
BOAs are governed by FAR 16.703 and are less common than IDIQs or BPAs. They are typically used when the government anticipates repetitive needs from a specific contractor but cannot predict the exact quantities or timing. BOAs are most common in defense manufacturing and maintenance, repair, and overhaul (MRO) contexts.
GSA's Multiple Award Schedule (MAS) program, formerly known as Federal Supply Schedules, is the government's largest IDV program. GSA negotiates long-term contracts with commercial firms to provide products and services at pre-negotiated prices and terms. Federal agencies then place orders against these contracts without conducting a separate competition (for smaller orders) or with simplified competition among Schedule holders (for larger orders).
The MAS program covers virtually every category of commercial products and services. Holding a GSA Schedule gives you access to the largest pool of government buyers and is a prerequisite for many BPA opportunities.
IDV Hierarchy in FPDS
The Federal Procurement Data System (FPDS) tracks IDVs in a hierarchical structure that reflects the relationship between parent vehicles and child orders. Understanding this hierarchy is important for market research, competitive analysis, and tracking spending patterns.
At the top level, the IDV record represents the overall contract vehicle. This record contains the ceiling value, scope, period of performance, and contract holder information. Below the IDV, individual orders (task orders, delivery orders, BPA calls) are recorded as child records linked to the parent. Each order has its own funding, period of performance, and performance details.
For multi-award IDVs, the FPDS structure includes one parent record and multiple child orders, potentially awarded to different contractors. For GSA Schedules, the hierarchy can be three levels deep: the GSA Schedule contract → a BPA established under the Schedule → individual BPA calls.
When researching opportunities on Bureauify, you can search at both the IDV level (to find vehicles in your market) and the order level (to see what agencies are ordering, from whom, and at what price). This dual-level analysis reveals opportunities that searching only at one level would miss.
Multi-Award vs. Single-Award
FAR 16.504(c) establishes a preference for multiple-award IDVs because they maintain competition at the order level and provide agencies with greater flexibility. However, single-award IDVs are appropriate when the requirement is specialized, the anticipated volume does not justify maintaining multiple contracts, or the cost of administering a multiple-award vehicle outweighs the benefits.
Multi-Award Characteristics
- • Multiple contractors hold positions
- • Orders are competed among holders (fair opportunity)
- • No guarantee of order wins
- • Small business set-aside possible at order level
- • Preferred by FAR for most situations
Single-Award Characteristics
- • One contractor holds the entire vehicle
- • All orders go to that contractor
- • Guaranteed order stream
- • Harder to win (higher competition bar)
- • Requires justification per FAR 16.504(c)(1)(ii)
Fair Opportunity for Task Orders
On multiple-award IDVs, each order above the micro-purchase threshold must provide all contract holders a "fair opportunity" to compete, as required by FAR 16.505(b). Fair opportunity does not require the same level of formality as a full and open competition — the ordering contracting officer has significant discretion in determining what procedures are appropriate for each order.
The ordering CO must provide notice to all contract holders, describe the requirement, specify the evaluation criteria, allow reasonable response time, and evaluate all responses received. For larger orders (over $5.5M for DoD, $4.5M for civilian agencies), more formal evaluation procedures are required, including written proposals and a formal evaluation record.
Exceptions to fair opportunity exist under FAR 16.505(b)(2): when the order is at or below the micro-purchase threshold; when only one contractor can provide the requirement; when the order is a logical follow-on to a prior order; when there is urgent need; or when providing fair opportunity would result in unacceptable delay. These exceptions require documentation but are less formal than the J&A process for sole source contracts.
Frequently Asked Questions
What is the difference between a task order and a delivery order?
The distinction is based on what is being ordered. A task order is an order for services placed against an indefinite delivery vehicle. A delivery order is an order for supplies or products. In practice, the terms are often used interchangeably, especially when a contract covers both products and services. FPDS tracks both under the IDV hierarchy but distinguishes them in data fields. The legal and administrative procedures are essentially identical.
How do IDVs appear in FPDS data?
In FPDS, IDVs are tracked hierarchically. The parent IDV record contains information about the overall vehicle (ceiling, period of performance, scope). Individual orders (task orders and delivery orders) are recorded as child records linked to the parent IDV. This hierarchy allows you to see both the overall vehicle characteristics and the individual orders placed against it. When researching competitors or market opportunities, examining both the IDV-level data and the order-level data provides a complete picture.
What is fair opportunity and when does it apply?
Fair opportunity is the requirement under FAR 16.505(b) that all contract holders on a multiple-award IDV be given a fair opportunity to be considered for each order exceeding the micro-purchase threshold. The ordering contracting officer must provide notice of the order to all contract holders, allow reasonable time for response, and evaluate all responses. Exceptions to fair opportunity exist for urgent needs, logical follow-on orders, minimum guarantee orders, and when only one contractor can perform the work.
Can I protest a task order award?
Task order protest rights depend on the dollar value and the forum. For civilian agency task orders over $4.5 million, GAO will hear protests under 10 USC 3406. For DoD task orders over $25 million, GAO has jurisdiction. Below these thresholds, protests must be filed with the agency ombudsman rather than GAO. The Court of Federal Claims (COFC) may also have jurisdiction for task order protests regardless of dollar amount, though this is an evolving area of law.
Explore IDV Data on Bureauify
Search across IDIQs, BPAs, BOAs, and GSA Schedules to find vehicles in your market. See order histories, spending patterns, and competition levels to identify your best opportunities.