Search IDVs

50310225D0002

Indefinite Delivery Contract

Overview

Government Description
ENTERPRISE LANGUAGE SERVICES
Awardee
Awarding / Funding Agency
Pricing
Time And Materials
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$3,500,000
Vehicle Ceiling
$3,500,000 (11% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Minneapolis, Minnesota 55402 United States.
Sole Source This IDC was awarded sole source to Latitude Prime because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Vulnerable Incumbent Latitude Prime is listed as graduating from the 8(a) program in August 2026, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased 27% from $2,750,000 to $3,500,000.
Latitude Prime was awarded Indefinite Delivery Contract 50310225D0002 (503102-25-D-0002) by Securities and Exchange Commission for Enterprise Language Services in September 2025. The IDC has a duration of 5 years and was awarded with a 8(a) Sole Source set aside with NAICS 541930 and PSC R608 via sole source acquisition procedures with 1 bid received. To date, $375,742 has been obligated through this vehicle with a potential value of all existing task orders of $2,700,679. The total ceiling is $3,500,000, of which 11% has been used. As of today, the IDC has a total reported backlog of $2,324,937.

Status
(Open)

Modified 9/17/25
Period of Performance
9/20/25
Start Date
9/20/30
Ordering Period End Date
2.0% Complete

Task Order Obligations and Backlog
$375.7K
Total Obligated
$375.7K
Current Award
$2.7M
Potential Award
14% Funded
$0.0
Funded Backlog
$2.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

50310225D0002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 50310225D0002

$-

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 50310225D0002

Subcontract Awards

Disclosed subcontracts for 50310225D0002

Transaction History

Modifications to 50310225D0002

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
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
Awardee UEI
JTL8NE84JQ78
Awardee CAGE
64DY1
Agency Detail
Awarding Office
503102 SECURITIES AND EXCHANGE COMMISSION
Funding Office
503102 SECURITIES AND EXCHANGE COMMISSION
Created By
gallmonj
Last Modified By
gallmonj
Approved By
gallmonj

Legislative

Legislative Mandates
None Applicable
Awardee District
MN-05
Senators
Amy Klobuchar
Tina Smith
Representative
Ilhan Omar
Last Modified: 9/17/25