H9224120D0001
Indefinite Delivery Contract
Overview
Government Description
PROGRAM MANAGEMENT, ENGINEERING SUPPORT, CLS
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$493,000,000 (50% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Clifton, New Jersey 7014 United States.
Sole Source This IDC was awarded sole source to L3harris Technologies because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 02/28/25 to 07/31/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to L3harris Technologies because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 02/28/25 to 07/31/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
L3harris Technologies was awarded
Indefinite Delivery Contract H9224120D0001 (H92241-20-D-0001)
by
U.S. Special Operations Command
for Program Management, Engineering Support, Cls
in January 2020.
The IDC
has a duration of 5 years 5 months and
was awarded
through solicitation Suite of Integrated Radio Frequency Countermeasures
full & open
with
NAICS 336413 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $244,515,480 has been obligated through this vehicle with a potential value of all existing task orders of $247,005,158.
The total ceiling is $493,000,000, of which 50% has been used.
As of today, the IDC has a total reported backlog of $2,548,689 and funded backlog of $59,011.
DOD Announcements
Feb 2020:
L3Harris Technologies Inc., Clifton, New Jersey, was awarded a $48,715,001 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-incentive-fee, and cost reimbursable contract (H9224120D0001) for the Suite of Integrated Radio Frequency Countermeasures program for U.S. Special Operations Command (USSOCOM). This modification for program management, contractor logistics support, field service representatives and travel raises the contract ceiling to $50,000,000. The majority of the work will be performed in Clifton, New Jersey. This contract is a non-competitive award in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM headquarters, Tampa, Florida, is the contracting activity.
May 2021: L3Harris Technologies Inc., Clifton, New Jersey, received a maximum ordering limit increase modification in the amount of $438,000,000 on an indefinite-delivery/indefinite-quantity contract (H92241-20-D-0001) for the Suite of Integrated Radio Frequency Countermeasures program. This modification raises the maximum ordering amount to $493,000,000 and adds pricing for procurement of modules and parts. This contract has a five-year ordering period. The first task order was funded with fiscal 2020 operation and maintenance funds at the time of contract award. All subsequent task orders will be funded with appropriate funding. The majority of the work will be performed in Clifton. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
May 2021: L3Harris Technologies Inc., Clifton, New Jersey, received a maximum ordering limit increase modification in the amount of $438,000,000 on an indefinite-delivery/indefinite-quantity contract (H92241-20-D-0001) for the Suite of Integrated Radio Frequency Countermeasures program. This modification raises the maximum ordering amount to $493,000,000 and adds pricing for procurement of modules and parts. This contract has a five-year ordering period. The first task order was funded with fiscal 2020 operation and maintenance funds at the time of contract award. All subsequent task orders will be funded with appropriate funding. The majority of the work will be performed in Clifton. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
Status
(Complete)
Modified 5/6/25
Period of Performance
1/31/20
Start Date
7/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$244.5M
Total Obligated
$244.5M
Current Award
$247.0M
Potential Award
$59.0K
Funded Backlog
$2.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under H9224120D0001
$-
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 H9224120D0001
Subcontract Awards
Disclosed subcontracts for H9224120D0001
Opportunity Lifecycle
Procurement history for H9224120D0001
Transaction History
Modifications to H9224120D0001
People
Suggested agency contacts for H9224120D0001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
ENMFLGV87MS4
Awardee CAGE
28527
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241 AMSAM-SPK
Created By
petrina.v.stack.civ@socom.mil
Last Modified By
petrina.v.stack.civ@socom.mil
Approved By
petrina.v.stack.civ@socom.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
NJ-09
Senators
Robert Menendez
Cory Booker
Cory Booker
Representative
Bill Pascrell
Last Modified: 5/6/25