FA881125DB003
Indefinite Delivery Contract
Overview
Government Description
NATIONAL SECURITY SPACE LAUNCH PHASE 3 LANE 2 LAUNCH SERVICE PROCUREMENT
Awardee
Awarding / Funding Agency
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
$5,366,439,406
Vehicle Ceiling
$10,732,878,812 (5% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Englewood, Colorado 80112 United States.
Amendment Since initial award the Vehicle Ceiling has increased 100% from $5,366,439,406 to $10,732,878,812.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Vehicle Ceiling has increased 100% from $5,366,439,406 to $10,732,878,812.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
United Launch Services was awarded
Indefinite Delivery Contract FA881125DB003 (FA8811-25-D-B003)
by
Launch Enterprise Directorate
for National Security Space Launch Phase 3 Lane 2 Launch Service Procurement
in April 2025.
The IDC
has a duration of 8 years and
was awarded
through solicitation National Security Space Launch (NSSL) Phase 3 Lane 2 Request for Proposal (RFP)
full & open
with
NAICS 481212 and
PSC V126
via direct negotiation acquisition procedures with 4 bids received.
To date, $563,872,682 has been obligated through this vehicle.
The total ceiling is $10,732,878,812, of which 5% has been used.
As of today, the IDC has a total reported backlog of $15,040,500 and funded backlog of $15,040,500.
Status
(Open)
Modified 7/9/25
Period of Performance
4/3/25
Start Date
4/4/33
Ordering Period End Date
Task Order Obligations and Backlog
$548.8M
Total Obligated
$563.9M
Current Award
$563.9M
Potential Award
$15.0M
Funded Backlog
$15.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA881125DB003
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
Contract Awards
Prime task orders awarded under FA881125DB003
Subcontract Awards
Disclosed subcontracts for FA881125DB003
Opportunity Lifecycle
Procurement history for FA881125DB003
Transaction History
Modifications to FA881125DB003
People
Suggested agency contacts for FA881125DB003
Competition
Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
XHAMULHCL9N3
Awardee CAGE
43HC6
Agency Detail
Awarding Office
FA8811 FA8811 ASSRD ACSS TO SPC SSC/AAK-LA
Funding Office
F2TS2A F2TS2A SMC LE
Created By
edwin.santamaria@spaceforce.mil
Last Modified By
carli.olson.1@spaceforce.mil
Approved By
carli.olson.1@spaceforce.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CO-06
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Jason Crow
Last Modified: 7/9/25