H9240825DE001
Indefinite Delivery Contract
Overview
Government Description
LONG ENDURANCE AIRCRAFT INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (ISR) SERVICES PROVIDED. ADDITIONAL WORK INCLUDES ISR SERVICE DELIVERY UNDER THE SMALL BUSINESS INNOVATIVE RESEARCH (SBIR) PHASE III CONTRACT, SUPPORTING U.S. SPECIAL OPERATIONS COMMAND REQUIREMENTS.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$400,000,000 (14% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Arlington, Virginia 22202 United States.
Sole Source This IDC was awarded sole source to Technology Service because the government was authorized to sole source the contract by statute.
Sole Source This IDC was awarded sole source to Technology Service because the government was authorized to sole source the contract by statute.
Technology Service was awarded
Indefinite Delivery Contract H9240825DE001 (H92408-25-D-E001)
by
U.S. Special Operations Command
for Long Endurance Aircraft ISR Services
in August 2025.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541715 and
PSC AC32
via sole source acquisition procedures with 1 bid received.
To date, $60,627,025 has been obligated through this vehicle with a potential value of all existing task orders of $63,460,018.
The total ceiling is $400,000,000, of which 14% has been used.
As of today, the IDC has a total reported backlog of $8,922,088 and funded backlog of $6,089,096.
DOD Announcements
Aug 2025:
Technology Service Corp., Arlington, Virginia, was awarded a Small Business Innovative Research Phase III indefinite-delivery/indefinite-quantity contract (H9240825DE001) with a maximum ceiling value of $400,000,000 for intelligence, surveillance, and reconnaissance services and supplies. The ordering period is Sept. 1, 2025, through Aug. 31, 2030. The work is expected to be completed by Aug. 31, 2030. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
Status
(Open)
Modified 9/10/25
Period of Performance
8/31/25
Start Date
8/31/30
Ordering Period End Date
Task Order Obligations and Backlog
$54.5M
Total Obligated
$60.6M
Current Award
$63.5M
Potential Award
$6.1M
Funded Backlog
$8.9M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under H9240825DE001
$-
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 H9240825DE001
Subcontract Awards
Disclosed subcontracts for H9240825DE001
Transaction History
Modifications to H9240825DE001
People
Suggested agency contacts for H9240825DE001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Research Type
Small Business Innovation Research Program (SBIR) Phase III
Awardee UEI
NY98VECEW8H6
Awardee CAGE
61308
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
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Last Modified: 9/10/25