Search IDVs

H9222215D0022

Indefinite Delivery Contract

Overview

Government Description
SWMS GROUP A MULTIPLE AWARD IDIQ
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$900,000,000 (30% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Tampa, Florida 33621 United States.
Amendment Since initial award the Ordering Period End Date was extended from 07/27/20 to 01/28/21.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Booz Allen Hamilton was awarded Indefinite Delivery Contract H9222215D0022 (H92222-15-D-0022) by U.S. Special Operations Command for Swms Group A Multiple Award Idiq in July 2015. The IDC has a duration of 5 years 6 months and was awarded through solicitation SOCOM Wide Mission Support (SWMS) Group A full & open with NAICS 541611 and PSC R499 via direct negotiation acquisition procedures with 16 bids received. To date, $277,104,776 has been obligated through this vehicle with a potential value of all existing task orders of $355,489,070. The total ceiling is $900,000,000, of which 30% has been used. As of today, the IDC has a total reported backlog of $86,347,278 and funded backlog of $7,962,984. The vehicle was awarded through USSOCOM Wide Mission Support (SWMS).

DOD Announcements

Jul 2015: Booz Allen Hamilton Inc. (H92222-15-D-0022) and CACI-WGI Inc. (H92222-15-D-0025), Tampa, Florida; Raytheon Blackbird Technologies Inc.(H92222-15-D-0023), Herndon, Virginia; and MacAulay-Brown Inc. (H92222-15-D-0024), Dayton, Ohio, were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $900,000,000 for Special Operations Command Wide Mission Support services. The place of performance is multiple locations both in the U.S. and overseas. The anticipated period of performance is not to exceed five years. Each company will be awarded a $2,500 minimum guarantee, and additional funding will be obligated on individual task orders. Fiscal 2015 operations and maintenance funds shall be used to satisfy the minimum of the contract The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. Seventeen proposals were received. U.S. Special Operations Command is the contracting activity.

Status
(Complete)

Modified 1/6/23
Period of Performance
7/28/15
Start Date
1/28/21
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$269.1M
Total Obligated
$277.1M
Current Award
$355.5M
Potential Award
76% Funded
$8.0M
Funded Backlog
$86.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

H9222215D0022

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under H9222215D0022

$-

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 H9222215D0022

Subcontract Awards

Disclosed subcontracts for H9222215D0022

Opportunity Lifecycle

Procurement history for H9222215D0022

Transaction History

Modifications to H9222215D0022

People

Suggested agency contacts for H9222215D0022

Competition

Number of Bidders
16
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JCBMLGPE6Z71
Awardee CAGE
17038
Agency Detail
Awarding Office
H92400 HQ USSOCOM
Funding Office
H92222 HQUSSOCOM
Created By
melissa.a.biggar.civ@socom.mil
Last Modified By
melissa.a.biggar.civ@socom.mil
Approved By
melissa.a.biggar.civ@socom.mil

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
Acquisition Services Fund, General Services Administration (047-4534) General property and records management Advisory and assistance services (25.1) $57,235,888 100%
Last Modified: 1/6/23