Search IDVs

HC102822D0001

Indefinite Delivery Contract

Overview

Government Description
Technologies refreshment and implementation support - global solutions management provides technology refreshment, implementation, integration, and transition to operations activities in support of the Department of Defense information network (DODIN) and Defense Information System Network (DISN). Work performed includes DISN node relocations, milcon support, core router and sipr router refreshes, next generation optical and transmission security upgrades, timing and synchronization installations, macsec and transec enhancements, data communication network upgrades, warehouse and logistics management services, ip optimization, and mission oriented reconfigurable networking implementation projects. The contract also encompasses support for circuit transition projects, turnkey project support, and service delivery node upgrades across various locations and mission areas. All activities are conducted under the tri-gsm Indefinite Delivery Indefinite Quantity (IDIQ) contract structure.
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 (35% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort George G Meade, Maryland 20755 United States.
Forecast Listed as the incumbent in contract forecast Infrastructure, Systems, and Network Enhancement Program (ISNEP).
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 Tech Refresh & Implementation Support - Global Solutions Management in December 2021. The IDC has a duration of 5 years 4 months and was awarded through solicitation DISA Technologies Refreshment and Implementation Support (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, $140,621,981 has been obligated through this vehicle with a potential value of all existing task orders of $161,970,201. The total ceiling is $400,000,000, of which 35% has been used. As of today, the IDC has a total reported backlog of $21,574,765 and funded backlog of $226,545.

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 12/16/25
Period of Performance
12/12/21
Start Date
4/17/27
Ordering Period End Date
82.0% Complete

Task Order Obligations and Backlog
$140.4M
Total Obligated
$140.6M
Current Award
$162.0M
Potential Award
87% Funded
$226.5K
Funded Backlog
$21.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

HC102822D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under HC102822D0001

$-

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 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
Representative
Bill Foster
Last Modified: 12/16/25