H9224124D0001
Indefinite Delivery Contract
Overview
Government Description
SOFTWARE SUPPORT SERVICES
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$33,387,290 (17% Used)
Related Opportunity
H9224124R0106
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia 23188 United States.
Sole Source This IDC was awarded sole source to TEK Fusion Global because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to TEK Fusion Global because the government believes that only one company can provide the product / service (FAR 6.302-1).
TEK Fusion Global was awarded
Indefinite Delivery Contract H9224124D0001 (H92241-24-D-0001)
by
U.S. Special Operations Command
for Software Support Services
in June 2024.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541990 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $5,818,330 has been obligated through this vehicle.
The total ceiling is $33,387,290, of which 17% has been used.
DOD Announcements
Jun 2024:
TEK Fusion Global Inc., Williamsburg, Virginia, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (H9224124D0001) for $41,822,677.99 for the development, non-recurring engineering services and software development in support of U.S. Special Operations Command. Fiscal 2022, 2023 and 2024 procurement defense-wide funds in the amount of $2,084,800 are being obligated at time of the award. The majority of the work will be performed in Williamsburg, Virginia, and is expected to be completed by June 2029. This contract was awarded as a noncompetitive action in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
Status
(Open)
Modified 7/5/24
Period of Performance
6/9/24
Start Date
6/9/29
Ordering Period End Date
Task Order Obligations
$5.8M
Total Obligated
$5.8M
Current Award
$5.8M
Potential Award
Federal Award Analysis
Historical federal task order obligations under H9224124D0001
$-
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 H9224124D0001
Subcontract Awards
Disclosed subcontracts for H9224124D0001
Transaction History
Modifications to H9224124D0001
People
Suggested agency contacts for H9224124D0001
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
KC5MVD1YT4E7
Awardee CAGE
6QRG3
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241 AMSAM-SPK
Created By
stephanie.f.dillon.civ@socom.mil
Last Modified By
stephanie.f.dillon.civ@socom.mil
Approved By
stephanie.f.dillon.civ@socom.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-01
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Wittman
Last Modified: 7/5/24