Search IDVs

H9240224D0001

Indefinite Delivery Contract

Overview

Government Description
LINGUIST SUPPORT SERVICES
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$248,000,000 (8% Used)
Related Opportunity
H9240223R0002
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fayetteville, North Carolina 28301 United States.
Amendment Since initial award the Ordering Period End Date was extended from 07/14/29 to 07/14/30 and the Vehicle Ceiling has increased 79% from $138,176,848 to $248,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Worldwide Language Resources was awarded Indefinite Delivery Contract H9240224D0001 (H92402-24-D-0001) by U.S. Special Operations Command for Linguist Support Services in June 2024. The IDC has a duration of 6 years 1 months and was awarded full & open with NAICS 541930 and PSC R608 via direct negotiation acquisition procedures with 5 bids received. To date, $23,467,724 has been obligated through this vehicle. The total ceiling is $248,000,000, of which 8% has been used. As of today, the IDC has a total reported backlog of $2,467,724 and funded backlog of $2,467,724.

DOD Announcements

May 2024: WorldWide Language Resources LLC, Fayetteville, North Carolina, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240224D0001) with a maximum value of $138,176,848 for Linguist Support Services II (LSSII) in support of U.S. Special Operations Command. The work will be performed in overseas contingency operations and is expected to be completed by Aug. 15, 2029. This contract was awarded through competitive source selection procedures using best value tradeoff in accordance with Federal Acquisition Regulation Part 15. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Status
(Open)

Modified 9/23/25
Period of Performance
6/5/24
Start Date
7/14/30
Ordering Period End Date
25.0% Complete

Task Order Obligations and Backlog
$21.0M
Total Obligated
$23.5M
Current Award
$23.5M
Potential Award
89% Funded
$2.5M
Funded Backlog
$2.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

H9240224D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under H9240224D0001

$-

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 H9240224D0001

Subcontract Awards

Disclosed subcontracts for H9240224D0001

Transaction History

Modifications to H9240224D0001

People

Suggested agency contacts for H9240224D0001

Competition

Number of Bidders
5
Solicitation Procedures
Negotiated Proposal/Quote
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
N8BNA9JN2146
Awardee CAGE
07ES4
Agency Detail
Awarding Office
H92402 HQ USSOCOM
Funding Office
H92402 HQ USSOCOM
Created By
jason.guincho@socom.mil
Last Modified By
joshua.f.muentes.ctr@socom.mil
Approved By
joshua.f.muentes.ctr@socom.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
NC-07
Senators
Thom Tillis
Ted Budd
Representative
David Rouzer
Last Modified: 9/23/25