H9222217D0022
Indefinite Delivery Contract
Overview
Government Description
CPFF projects. Work performed under this award includes accreditation maintenance and support for bit vader, maintenance and sustainment of bit vader, procurement and upgrades of caliber and crixus devices, contested C2 integration, reconfiguration and enhancement of adalwolf, esp accreditation, fg development, support and training for madison systems, software and firmware upgrades for seamonkey, support for lighthouse and lighthouse II, and development of waveform parser software.
Awardee
Awarding / Funding Agency
PSC
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$70,000,000 (69% Used)
Related Opportunity
H9222217R0018
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Palm Bay, Florida 32905 United States.
Sole Source This IDC was awarded sole source to L3harris Technologies.
Amendment Since initial award the Ordering Period End Date was extended from 02/26/22 to 07/31/27 and the Vehicle Ceiling has increased 100% from $35,000,000 to $70,000,000.
Sole Source This IDC was awarded sole source to L3harris Technologies.
Amendment Since initial award the Ordering Period End Date was extended from 02/26/22 to 07/31/27 and the Vehicle Ceiling has increased 100% from $35,000,000 to $70,000,000.
L3harris Technologies was awarded
Indefinite Delivery Contract H9222217D0022 (H92222-17-D-0022)
by
U.S. Special Operations Command
in July 2017.
The IDC
has a duration of 10 years and
was awarded
full & open
with
NAICS 334511 and
PSC 5865
via sole source acquisition procedures with 1 bid received.
To date, $49,107,348 has been obligated through this vehicle with a potential value of all existing task orders of $60,530,468.
The total ceiling is $70,000,000, of which 69% has been used.
As of today, the IDC has a total reported backlog of $11,978,635 and funded backlog of $555,515.
Status
(Open)
Modified 11/17/22
Period of Performance
7/26/17
Start Date
7/31/27
Ordering Period End Date
Task Order Obligations and Backlog
$48.6M
Total Obligated
$49.1M
Current Award
$60.5M
Potential Award
$555.5K
Funded Backlog
$12.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under H9222217D0022
$-
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 H9222217D0022
Subcontract Awards
Disclosed subcontracts for H9222217D0022
Transaction History
Modifications to H9222217D0022
People
Suggested agency contacts for H9222217D0022
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Follow-On Contract
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
QM4EZDV15JL8
Awardee CAGE
91417
Agency Detail
Awarding Office
H92402 HQ USSOCOM
Funding Office
H92402 HQ USSOCOM
Created By
carlos.cotto@socom.mil
Last Modified By
carlos.cotto@socom.mil
Approved By
carlos.cotto@socom.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Materials, Supplies, Articles & Equipment
Awardee District
FL-08
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Bill Posey
Last Modified: 11/17/22