HC101322D0008
Indefinite Delivery Contract
Overview
Government Description
CSSC II - BASE
Awardee
Awarding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$979,844,090
Vehicle Ceiling
$979,844,090 (25% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Reston, Virginia 20191 United States.
Inmarsat Government was awarded
Indefinite Delivery Contract HC101322D0008 (HC1013-22-D-0008)
by
Naval Information Warfare Systems Command
for Cssc Ii - Base
in September 2022.
The IDC
has a duration of 10 years and
was awarded
through solicitation SBS0022 - Commercial Broadband Satellite Program (CBSP) Satellite Services Contract (CSSC II) - HC101321R0015
full & open
with
NAICS 517410 and
PSC DG11
via direct negotiation acquisition procedures with 2 bids received.
To date, $246,346,639 has been obligated through this vehicle with a potential value of all existing task orders of $247,156,639.
The total ceiling is $979,844,090, of which 25% has been used.
As of today, the IDC has a total reported backlog of $810,000.
DOD Announcements
Sep 2022:
Inmarsat Government Inc., Reston, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract to supply a commercially managed global satellite capability with failover coverage under the Commercial Broadband Satellite Program Satellite Services Contract (CSSCII). The total amount of all orders placed against this contract shall not exceed $979,800,000. The guaranteed minimum amount is $25,000 and will be satisfied through a task order award using fiscal 2022 operations and maintenance funds. Performance will be identified at the task order level and may be worldwide. Proposals were solicited via sam.gov and two proposals were received. The period of performance, which consists of a three-year base period, three two-year option periods, and one one-year option period, is from Sept. 8, 2022, to Sept. 7, 2032. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-22-D-0008).
Status
(Open)
Modified 5/15/25
Period of Performance
9/7/22
Start Date
9/7/32
Ordering Period End Date
Task Order Obligations and Backlog
$246.3M
Total Obligated
$246.3M
Current Award
$247.2M
Potential Award
$0.0
Funded Backlog
$810.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under HC101322D0008
$-
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 HC101322D0008
Subcontract Awards
Disclosed subcontracts for HC101322D0008
Opportunity Lifecycle
Procurement history for HC101322D0008
Transaction History
Modifications to HC101322D0008
People
Suggested agency contacts for HC101322D0008
Competition
Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
UK8HWZTN2QG3
Awardee CAGE
3CD60
Agency Detail
Awarding Office
HC1013 TELECOMMUNICATIONS DIVISION- HC1013
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
daniel.c.burns23.civ@mail.mil
Last Modified By
daniel.c.burns23.civ@mail.mil
Approved By
daniel.c.burns23.civ@mail.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 5/15/25