HC102822D0001
Indefinite Delivery Contract
Overview
Government Description
TECHNOLOGIES REFRESHMENT AND IMPLEMENTATION SUPPORT - GLOBAL SOLUTIONS MANANGEMENT
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$400,000,000 (29% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort George G Meade, Maryland 20755 United States.
Incumbent Based on the size of recent awards, Competitive Range Solutions may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 11/30/26 to 04/17/27.
Incumbent Based on the size of recent awards, Competitive Range Solutions may exceed the set-aside threshold of $34 million for NAICS 541512 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 11/30/26 to 04/17/27.
Competitive Range Solutions was awarded
Indefinite Delivery Contract HC102822D0001 (HC1028-22-D-0001)
by
Defense Information Systems Agency
for Technologies Refreshment And Implementation Support - Global Solutions Manangement
in December 2021.
The IDC
has a duration of 5 years 4 months and
was awarded
through solicitation Technologies Refreshment and Implementation Support - Global Solutions Management (TRI-GSM)
with a Small Business Total set aside
with
NAICS 541512 and
PSC DA01
via direct negotiation acquisition procedures with 5 bids received.
To date, $117,341,671 has been obligated through this vehicle with a potential value of all existing task orders of $139,038,510.
The total ceiling is $400,000,000, of which 29% has been used.
As of today, the IDC has a total reported backlog of $24,756,161 and funded backlog of $3,059,321.
DOD Announcements
Dec 2021:
Competitive Range Solutions LLC (CRS),* Chicago, Illinois, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $400,000,000 that includes fixed-price and cost-contract-type pricing arrangements for Technologies Refreshment and Implementation-Global Solutions Management, which provides technology refreshment, implementation, integration, and transition to operations activities in support of the Department of Defense Information Network/Defense Information System Network. The ordering period is from Jan. 1, 2022 – Dec. 31, 2024, with two one-year option periods for a total period of five years (Jan. 1, 2022 – Dec. 31, 2026). The solicitation was issued as a small business set-aside competitive action via the SAM.gov website and five proposals were received. CRS is registered as a small business concern. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-22-D-0001). (Awarded Dec. 13, 2021)
Status
(Open)
Modified 4/7/25
Period of Performance
12/12/21
Start Date
4/17/27
Ordering Period End Date
Task Order Obligations and Backlog
$114.3M
Total Obligated
$117.3M
Current Award
$139.0M
Potential Award
$3.1M
Funded Backlog
$24.8M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under HC102822D0001
$-
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 HC102822D0001
Subcontract Awards
Disclosed subcontracts for HC102822D0001
Opportunity Lifecycle
Procurement history for HC102822D0001
Transaction History
Modifications to HC102822D0001
People
Suggested agency contacts for HC102822D0001
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
RM9GACFMSLG7
Awardee CAGE
6LDB2
Agency Detail
Awarding Office
HC1028 IT CONTRACTING DIVISION - PL83
Funding Office
HC1047 DEFENSE INFORMATION SYSTEMS AGENCY
Created By
shamra.y.joiner.civ@mail.mil
Last Modified By
shamra.y.joiner.civ@mail.mil
Approved By
shamra.y.joiner.civ@mail.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-11
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Bill Foster
Last Modified: 4/7/25