H9222215D0022
Indefinite Delivery Contract
Overview
Government Description
SWMS GROUP A MULTIPLE AWARD IDIQ
Awardee
Awarding / Funding Agency
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)
Related Opportunity
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%
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
Task Order Obligations and Backlog
$269.1M
Total Obligated
$277.1M
Current Award
$355.5M
Potential Award
$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
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 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
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