H9240820D0002
Indefinite Delivery Contract
Overview
Government Description
MEUAS IV.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$150,000,000
Vehicle Ceiling
$975,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Tampa, Florida 33621 United States.
Precision Integrated Programs was awarded
Indefinite Delivery Contract H9240820D0002 (H92408-20-D-0002)
by
U.S. Special Operations Command
for Meuas Iv.
in June 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation H9240819R0001-01
full & open
with
NAICS 541330 and
PSC L015
via direct negotiation acquisition procedures with 10 bids received.
To date, $746 has been obligated through this vehicle.
The total ceiling is $975,000,000, of which 0% has been used.
The vehicle was awarded through Mid Endurance Unmanned Aircraft Services IV (MEUAS IV).
DOD Announcements
Jun 2020:
L3 Unmanned Systems Inc., Ashburn, Virginia (H92408-20-D-0001); Precision Integrated Programs LLC Newberg, Oregon (H92408-20-D-0002); Arcturus UAV Inc., Petaluma, California (H92408-20-D-0003); Insitu Inc., Bingen, Washington (H92408-20-D-0004); Wildflower International Ltd., Santa Fe, New Mexico (H92408-20-D-0005); and AAI Corp., doing business as Textron Unmanned Systems Inc., Hunt Valley, Maryland (H92408-20-D-0006), is awarded six indefinite-delivery/indefinite-quantity contracts with a maximum combined ceiling of $975,000,000 for Mid-Endurance Unmanned Aircraft Systems IV intelligence, surveillance and reconnaissance (ISR) services in support of U.S. Special Operations Command enterprise requirements worldwide. This multiple-award acquisition supports competition at the task-order level to ensure the most capable platforms and payloads provide real-time, responsive airborne ISR solutions to Special Operations Forces. Fiscal 2020 operations and maintenance funds in the amount $1,500 have been obligated for each contract at the time of award. The contracts were awarded competitively through a full and open competition with 10 proposals received. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
Status
(Open)
Modified 11/28/22
Period of Performance
6/28/20
Start Date
6/28/25
Ordering Period End Date
Task Order Obligations
$745.6
Total Obligated
$745.6
Current Award
$745.6
Potential Award
Award Hierarchy
Indefinite Delivery Contract
H9240820D0002
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under H9240820D0002
Subcontract Awards
Disclosed subcontracts for H9240820D0002
Opportunity Lifecycle
Procurement history for H9240820D0002
Transaction History
Modifications to H9240820D0002
People
Suggested agency contacts for H9240820D0002
Competition
Number of Bidders
10
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
DXMCDZC5MEN8
Awardee CAGE
7QGV0
Agency Detail
Awarding Office
H92408 HQ USSOCOM
Funding Office
H92408 HQ USSOCOM
Created By
amy.e.chauvin.civ@socom.mil
Last Modified By
amy.e.chauvin.civ@socom.mil
Approved By
amy.e.chauvin.civ@socom.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
OR-01
Senators
Jeff Merkley
Ron Wyden
Ron Wyden
Representative
Suzanne Bonamici
Last Modified: 11/28/22