Search IDVs

FA251826D0001

Indefinite Delivery Contract

Overview

Government Description
Provide all mission essential non-personal services, administrative, financial, and managerial resources necessary on a continuous 24/7 basis to support the six sspars installations/sites. Services performed include radar operations support, operator support for system upgrades and modifications, radar maintenance, mission computer maintenance, technical assistance, exercises and testing support, simulation trainers, training development and support, military satellite communications, communications-electronics, electronic system management, supply chain management, fuels management, niprnet and siprnet operations, environmental health services, civil engineering, vehicle and traffic management, food services and morale/welfare activities, industrial security, physical security measures, information management, and transition activities. Security classification requirements include up to top secret/sensitive compartmented information level in support of site SCIF communications.
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
Individual Order Limit
$1,104,000,000
Vehicle Ceiling
$1,104,000,000 (5% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Colorado Springs, Colorado 80914 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%
Indyne was awarded Indefinite Delivery Contract FA251826D0001 (FA2518-26-D-0001) by Space Force for Missile Warning, Missile Defense, And Space Domain Awareness IDIQ in January 2026. The IDC has a duration of 10 years and was awarded through solicitation Missile Warning, Missile Defense, and Space Domain Awareness IDIQ full & open with NAICS 517810 and PSC M1BG via direct negotiation acquisition procedures with 2 bids received. To date, $52,452,931 has been obligated through this vehicle with a potential value of all existing task orders of $364,848,176. The total ceiling is $1,104,000,000, of which 5% has been used. As of today, the IDC has a total reported backlog of $312,395,245.

DOD Announcements

Jan 2026: InDyne Inc., Lexington Park, Maryland, will be awarded a ceiling $1,104,000,000 indefinite-delivery/indefinite-quantity contract for missile warning, missile defense, and space domain awareness. This contract provides all mission essential non-personal services, administrative, financial, and managerial resources necessary on a continuous twenty-four hours-a-day/seven days-a-week basis to support the missile warning, missile defense, and space domain awareness missions. Work will be performed at Cape Cod Space Force Station, Massachusetts; Beale Air Force Base, California; Cheyenne Mountain Space Force Station, Colorado; Pituffik Space Base, Greenland; Clear Space Force Station, Alaska; and Royal Air Force Fylingdales, England. This contract was a competitive acquisition and two offers were received. Fiscal year 2026 operations and maintenance funds in the amount of $364,848,176 are being obligated at time of award. The Combat Forces Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA251826D0001).

Status
(Open)

Modified 1/6/26
Period of Performance
1/31/26
Start Date
1/31/36
Ordering Period End Date
2.0% Complete

Task Order Obligations and Backlog
$52.5M
Total Obligated
$52.5M
Current Award
$364.8M
Potential Award
14% Funded
$0.0
Funded Backlog
$312.4M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA251826D0001

Contracts

0

Subcontracts

0

Federal Award Analysis

Historical federal task order obligations under FA251826D0001

$-

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

Opportunity Lifecycle

Procurement history for FA251826D0001

Transaction History

Modifications to FA251826D0001

People

Suggested agency contacts for FA251826D0001

Competition

Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Supplies Or Services Pursuant To FAR 12.102(F)
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
K21BNJGB9US6
Awardee CAGE
1LJ00
Agency Detail
Awarding Office
FA2518 FA2518 USSF CFC SAIO
Funding Office
F3LFRG F3LFRG HQ SPACE OPS COMMAND S3 5 7
Created By
scott.brindus@us.af.mil
Last Modified By
scott.brindus@us.af.mil
Approved By
scott.brindus@us.af.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
CO-05
Senators
Michael Bennet
John Hickenlooper
Representative
Doug Lamborn
Last Modified: 1/6/26