Search IDVs

H9240125DE002

Indefinite Delivery Contract

Overview

Government Description
Targeted Requirement Execution (TREX) Multiple Award Contract
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$2,390,000,000
Vehicle Ceiling
$2,390,000,000 (0% Used)
Related Opportunity
H9240125R0002
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia Beach, Virginia 23451 United States.
Management Services Group was awarded Indefinite Delivery Contract H9240125DE002 (H92401-25-D-E002) by the Department of the Air Force in October 2025. The IDC has a duration of 7 years and was awarded full & open with NAICS 339999 and PSC 5999 via direct negotiation acquisition procedures with 6 bids received. To date, $6,081,331 has been obligated through this vehicle. The total ceiling is $2,390,000,000, of which 0% has been used. The vehicle was awarded through Targeted Requirement EXecution III (TREX III).

DOD Announcements

Sep 2025: Barbaricum LLC, Washington, D.C. (H9240125DE001); Management Services Group Inc., doing business as Global Technical Systems, Virginia Beach, Virginia (H9240125DE002); iGov Technologies Inc., Reston, Virginia (H9240125DE003); and NexTech Solutions LLC, Tampa, Florida (H9240125DE004), were awarded indefinite-delivery/indefinite-quantity contracts with a maximum combined ceiling of $2,390,000,000 for Targeted Requirement Execution (TREX) were awarded to the following companies to provide intelligence, surveillance and reconnaissance related equipment solutions and related incidental development for system integration, hardware and modifications, specialized communications solutions and networks, and signal processing capabilities. The contracts have seven one-year ordering periods and will include fixed-firm-price and cost reimbursable as appropriate for the requirement. Each contract will have an effective date of Oct. 16, 2025, and an ordering period expected to be completed by Oct. 15, 2032. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Status
(Open)

Modified 9/15/25
Period of Performance
10/15/25
Start Date
10/15/32
Ordering Period End Date
6.0% Complete

Task Order Obligations
$6.1M
Total Obligated
$6.1M
Current Award
$6.1M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

H9240125DE002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under H9240125DE002

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under H9240125DE002

Subcontract Awards

Disclosed subcontracts for H9240125DE002

Transaction History

Modifications to H9240125DE002

People

Suggested agency contacts for H9240125DE002

Competition

Number of Bidders
6
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
N8NGW9BXG5R8
Awardee CAGE
1MYP5
Agency Detail
Awarding Office
H92401 HQ USSOCOM
Funding Office
F2VUQ6 F2VUQ6 HQ USSOCOM SOF ATL SR RC
Created By
97zs0081
Last Modified By
97zs0081
Approved By
97zs0081

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 9/15/25