H9240125DE003
Indefinite Delivery Contract
Overview
Government Description
Targeted Requirement Execution (TREX) Multiple Award Contract
Awardee
Awarding Agency
Funding Agency
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: Reston, Virginia 20191 United States.
iGov Technologies was awarded
Indefinite Delivery Contract H9240125DE003 (H92401-25-D-E003)
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, $2,690,006 has been obligated through this vehicle with a potential value of all existing task orders of $3,915,661.
The total ceiling is $2,390,000,000, of which 0% has been used.
As of today, the IDC has a total reported backlog of $1,225,655.
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
Task Order Obligations and Backlog
$2.7M
Total Obligated
$2.7M
Current Award
$3.9M
Potential Award
$0.0
Funded Backlog
$1.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
H9240125DE003
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under H9240125DE003
$-
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 H9240125DE003
Subcontract Awards
Disclosed subcontracts for H9240125DE003
Transaction History
Modifications to H9240125DE003
People
Suggested agency contacts for H9240125DE003
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
JKJ7JTLJJHR6
Awardee CAGE
32BQ5
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-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 9/15/25