H9224125D0002
Indefinite Delivery Contract
Overview
Government Description
DVEPS UNIT W/OUT CAMERA (ARMY)
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
$1,414,769,997 (0% Used)
Related Opportunity
Analysis Notes
Sole Source This IDC was awarded sole source to Sierra Nevada Corporation because the government believes that the supplier has unique capabilities that cannot be otherwise obtained.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sierra Nevada Corporation was awarded
Indefinite Delivery Contract H9224125D0002 (H92241-25-D-0002)
by
U.S. Special Operations Command
for Dveps Unit W/Out Camera (ARMY)
in June 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Degraded Visual Environment Pilotage System (DVEPS)
full & open
with
NAICS 334511 and
PSC R408
via sole source acquisition procedures with 1 bid received.
The total ceiling is $1,414,769,997, of which 0% has been used.
DOD Announcements
Jun 2025:
Sierra Nevada Corp., Sparks, Nevada, was awarded a $471,590,000 indefinite-delivery/indefinite-quantity contract (H9224125D0002) with firm-fixed-price, cost-plus-fixed-fee, and cost reimbursement terms for production, sustainment, and contractor logistics support of Degraded Visual Environment Pilotage System units without the IR camera lens sensor in support of the U.S. Special Operations Command (USSOCOM) Technology Applications Program Office. The contract has a maximum ceiling of $471,590,000. At the time of award, $52,892,515 is obligated, comprising $8,064,279 for Task Order One (contractor logistics support); and $44,828,236 for Task Order Two (B-Kits). Work will primarily be performed in Sparks, Nevada, and is expected to be completed by June 2030 with an optional six-month extension to November 2030. USSCOM, MacDill Air Force Base, Florida, is the contracting activity. (Awarded June 20, 2025)
Status
(Open)
Modified 6/27/25
Period of Performance
6/26/25
Start Date
6/26/30
Ordering Period End Date
Task Order Obligations
$0
Total Obligated
$0
Current Award
$0
Potential Award
Opportunity Lifecycle
Procurement history for H9224125D0002
Transaction History
Modifications to H9224125D0002
People
Suggested agency contacts for H9224125D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Unique Source
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
DD2QET4D27T3
Awardee CAGE
8X691
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241 AMSAM-SPK
Created By
joshua.f.muentes.ctr@socom.mil
Last Modified By
petrina.v.stack.civ@socom.mil
Approved By
petrina.v.stack.civ@socom.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
NV-02
Senators
Catherine Cortez Masto
Jacky Rosen
Jacky Rosen
Representative
Mark Amodei
Last Modified: 6/27/25