H9240020D0042
Indefinite Delivery Contract
Overview
Government Description
SOF CORE SUPPORT BASIC IDIQ
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$950,000,000 (12% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: North Carolina 28540 United States.
Threat Tec was awarded
Indefinite Delivery Contract H9240020D0042 (H92400-20-D-0042)
by
U.S. Special Operations Command
for Sof Core Support Basic Idiq
in April 2020.
The IDC
has a duration of 9 years 10 months and
was awarded
through solicitation SOF Core Support
with a Small Business Total set aside
with
NAICS 541611 and
PSC R499
via direct negotiation acquisition procedures with 87 bids received.
To date, $125,952,478 has been obligated through this vehicle.
The total ceiling is $950,000,000, of which 12% has been used.
As of today, the IDC has a total reported backlog of $65,794,393 and funded backlog of $8,243,137.
The vehicle was awarded through Special Operations Forces (SOF) Core Support Services.
DOD Announcements
May 2020:
Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air & Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); Infinity Technology LLC, McLean, Virginia (H9240-020-D-0017); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean, Virginia (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); R&K Enterprise Solutions Inc., Newport News, Virginia (H92400-20-D-0031); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Systems Plus Inc., Rockville, Maryland (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc., Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-
Status
(Open)
Modified 1/31/25
Period of Performance
4/30/20
Start Date
3/14/30
Ordering Period End Date
Task Order Obligations and Backlog
$117.7M
Total Obligated
$126.0M
Current Award
$183.5M
Potential Award
$8.2M
Funded Backlog
$65.8M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
H9240020D0042
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under H9240020D0042
$-
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 H9240020D0042
Subcontract Awards
Disclosed subcontracts for H9240020D0042
Opportunity Lifecycle
Procurement history for H9240020D0042
Transaction History
Modifications to H9240020D0042
People
Suggested agency contacts for H9240020D0042
Competition
Number of Bidders
87
Solicitation Procedures
Negotiated Proposal/Quote
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
Small Business
DoD Claimant Code
None
Awardee UEI
CXKLGRZ7MME6
Awardee CAGE
6SM72
Agency Detail
Awarding Office
H92400 HQ USSOCOM
Funding Office
H92400 HQ USSOCOM
Created By
sherri.ashby@socom.mil
Last Modified By
fpdsadmin
Approved By
sherri.ashby@socom.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Scott
Last Modified: 1/31/25