H9224021D0027
Indefinite Delivery Contract
Overview
Government Description
Military Freefall / Static Line Support
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$650,000,000 (6% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 91932 United States.
Forecast Listed as the incumbent in contract forecast Military Free Fall / Static Line Support.
Amendment Since initial award the Ordering Period End Date was extended from 08/24/26 to 08/24/29 and the Vehicle Ceiling has increased 225% from $200,000,000 to $650,000,000.
Forecast Listed as the incumbent in contract forecast Military Free Fall / Static Line Support.
Amendment Since initial award the Ordering Period End Date was extended from 08/24/26 to 08/24/29 and the Vehicle Ceiling has increased 225% from $200,000,000 to $650,000,000.
Rampart Aviation was awarded
Indefinite Delivery Contract H9224021D0027 (H92240-21-D-0027)
by
Naval Special Warfare Command
in August 2021.
The IDC
has a duration of 8 years and
was awarded
through solicitation Military Freefall and Static Line Support Services
full & open
with
NAICS 481219 and
PSC V221
via direct negotiation acquisition procedures with 8 bids received.
To date, $52,047,777 has been obligated through this vehicle with a potential value of all existing task orders of $68,433,799.
The total ceiling is $650,000,000, of which 6% has been used.
As of today, the IDC has a total reported backlog of $29,870,066 and funded backlog of $13,484,044.
The vehicle was awarded through Military Freefall and Static Line Support Services.
DOD Announcements
Aug 2021:
ARNE Aviation LLC, Suffolk, Virginia (H92240-21-D-0023); Construction Helicopter Inc., Howell, Michigan (H92240-21-D-0024); Erickson Inc., Portland, Oregon (H92240-21-D-0025); Paraclete Aviation, Raeford, North Carolina (H92240-21-D-0026); Rampart Aviation LLC, Colorado Springs, Colorado (H92240-21-D-0027); Marana Tactical Flight LLC, Marana, Arizona (H92240-21-D-0028); and Win-Win Aviation Inc., DeKalb, Illinois (H92240-21-D-0029), were awarded a $200,000,000 maximum ceiling value across all contracts, multiple award, indefinite-delivery/indefinite-quantity contract for contractor-provided, non-personal services for military freefall and static line support servicing for Naval Special Warfare Command requirements in various continental U.S. locations. Fiscal 2021 operation and maintenance funds will be used for the initial task orders. Thereafter, the appropriate fiscal year operation and maintenance funds will be used for each task order executed. The period of performance is up to five years. The contract was awarded competitively with eight proposals received. U.S. Special Operations Command Headquarters, MacDill Air Force Base, Florida, is the contracting activity.
Apr 2022: ARNE Aviation LLC, Suffolk, Virginia (H92240-21-D-0023); Construction Helicopter Inc., Howell, Michigan (H92240-21-D-0024); Erickson Inc., Portland, Oregon (H92240-21-D-0025); Paraclete Aviation, Raeford, North Carolina (H92240-21-D-0026); Rampart Aviation LLC, Colorado Springs, Colorado (H92240-21-D-0027); Marana Tactical Flight LLC, Marana, Arizona (H92240-21-D-0028); and Win-Win Aviation Inc., DeKalb, Illinois (H92240-21-D-0029), were awarded contract modifications totaling $450,000,000 to their indefinite-delivery/indefinite-quantity contracts for contractor-provided, non-personal services for Military Freefall and Static Line support in various locations across the continental U.S. Fiscal 2021 operations and maintenance funds were used for all initial task orders (TO). Thereafter, the appropriate fiscal year operations and maintenance funds will be used for each TO executed. The period of performance is modified from five years to eight years, with the maximum ceiling value across all contracts increased from $200,000,000 to $650,000,000. The contracts were awarded competitively with eight timely proposals received. This contract includes on-ramp language should any capable (Part 135) company submit for evaluation and award during the contract period. The work will be performed in various locations across the continental U.S. U.S. Special Operations Command headquarters, Tampa, Florida, is the contracting activity.
Apr 2022: ARNE Aviation LLC, Suffolk, Virginia (H92240-21-D-0023); Construction Helicopter Inc., Howell, Michigan (H92240-21-D-0024); Erickson Inc., Portland, Oregon (H92240-21-D-0025); Paraclete Aviation, Raeford, North Carolina (H92240-21-D-0026); Rampart Aviation LLC, Colorado Springs, Colorado (H92240-21-D-0027); Marana Tactical Flight LLC, Marana, Arizona (H92240-21-D-0028); and Win-Win Aviation Inc., DeKalb, Illinois (H92240-21-D-0029), were awarded contract modifications totaling $450,000,000 to their indefinite-delivery/indefinite-quantity contracts for contractor-provided, non-personal services for Military Freefall and Static Line support in various locations across the continental U.S. Fiscal 2021 operations and maintenance funds were used for all initial task orders (TO). Thereafter, the appropriate fiscal year operations and maintenance funds will be used for each TO executed. The period of performance is modified from five years to eight years, with the maximum ceiling value across all contracts increased from $200,000,000 to $650,000,000. The contracts were awarded competitively with eight timely proposals received. This contract includes on-ramp language should any capable (Part 135) company submit for evaluation and award during the contract period. The work will be performed in various locations across the continental U.S. U.S. Special Operations Command headquarters, Tampa, Florida, is the contracting activity.
Status
(Open)
Modified 9/30/25
Period of Performance
8/24/21
Start Date
8/24/29
Ordering Period End Date
Task Order Obligations and Backlog
$38.6M
Total Obligated
$52.0M
Current Award
$68.4M
Potential Award
$13.5M
Funded Backlog
$29.9M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
H9224021D0027
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under H9224021D0027
$-
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 H9224021D0027
Subcontract Awards
Disclosed subcontracts for H9224021D0027
Opportunity Lifecycle
Procurement history for H9224021D0027
Transaction History
Modifications to H9224021D0027
People
Suggested agency contacts for H9224021D0027
Competition
Number of Bidders
8
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
R7TBP9D4VNJ3
Awardee CAGE
5BHV3
Agency Detail
Awarding Office
H92240 NAVAL SPECIAL WARFARE COMMAND
Funding Office
N00074 NAVAL SPECIAL WARFARE COMMAND
Created By
jeffrey.j.harrington.civ@socom.mil
Last Modified By
jeffrey.j.harrington.civ@socom.mil
Approved By
jeffrey.j.harrington.civ@socom.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CO-05
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Doug Lamborn
Last Modified: 9/30/25