HC104718D2010
Indefinite Delivery Contract
Overview
Government Description
SYSTEMS ENGINEERING, TECHNOLOGY AND INNOVATION
Government Project
SETI
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$261,250,500 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Los Angeles, California 90056 United States.
Amendment Since initial award the Ordering Period End Date was extended from 06/30/28 to 07/17/29.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 06/30/28 to 07/17/29.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Linquest Corporation was awarded
Indefinite Delivery Contract HC104718D2010 (HC1047-18-D-2010)
by
Defense Information Systems Agency
for Systems Engineering, Technology And Innovation
in June 2018.
The IDC
has a duration of 11 years 1 months and
was awarded
through solicitation Systems Engineering, Technology and Innovation
full & open
with
NAICS 541512 and
PSC D302
via direct negotiation acquisition procedures with 35 bids received.
To date, $3,899,171 has been obligated through this vehicle with a potential value of all existing task orders of $47,690,887.
The total ceiling is $261,250,500, of which 1% has been used.
As of today, the IDC has a total reported backlog of $43,791,716.
The vehicle was awarded through Systems Engineering Technology and Innovation (SETI).
DOD Announcements
Jun 2018:
AASKI Technology Inc.,* Tinton Falls, New Jersey (HC1047-18-D-2001); Accenture Federal Services, * Arlington, Virginia (HC1047-18-D-2002); BAE Systems Technology,* Rockville, Maryland (HC1047-18-D-2003); Booz Allen Hamilton Inc.,* McLean, Virginia (HC1047-18-D-2004); Deloitte Consulting LLP,* Arlington, Virginia (HC1047-18-D-2005); Peraton Inc. (formerly Harris Corp.),* Herndon, Virginia (HC1047-18-D-2006); International Business Machines Corp.,* Reston, Virginia (HC1047-18-D-2007); KeyW Corp.,* Hanover, Maryland (HC1047-18-D-2008); LEIDOS Innovations Corp.,* Gaithersburg, Maryland (HC1047-18-D-2009); Linquest Corp.,* Los Angeles, California (HC1047-18-D-2010); NES Associates LLC,* Alexandria, Virginia (HC1047-18-D-2011); Northrop Grumman Systems Corp.,* McLean, Virginia (HC1047-18-D-2012); Parsons Government Services Inc.,* Pasadena, California (HC1047-18-D-2013); and Vencore Inc.,* Chantilly, Virginia (HC1047-18-D-2014), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for systems engineering, technology, and innovation. This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the unrestricted pool. The total capacity of the entire ID/IQ is $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order-level. Performance locations will be identified at the task order-level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website, and 35 proposals were received for the unrestricted pool. The period of performance is a five-year base period with one five-year option period. The restricted pool, i.e., small businesses, will be awarded separately. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (contract numbers HC1047-18-D-0001 through HC1047-18-D-0014).
Status
(Open)
Modified 4/2/25
Period of Performance
6/13/18
Start Date
7/17/29
Ordering Period End Date
Task Order Obligations and Backlog
$3.9M
Total Obligated
$3.9M
Current Award
$47.7M
Potential Award
$0.0
Funded Backlog
$43.8M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
HC104718D2010
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under HC104718D2010
$-
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 HC104718D2010
Subcontract Awards
Disclosed subcontracts for HC104718D2010
Opportunity Lifecycle
Procurement history for HC104718D2010
Transaction History
Modifications to HC104718D2010
People
Suggested agency contacts for HC104718D2010
Competition
Number of Bidders
35
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
HQBRRJBLDQ37
Awardee CAGE
3MZU6
Agency Detail
Awarding Office
HC1047 DEFENSE INFORMATION SYSTEMS AGENCY
Funding Office
HC1085 DEFENSE INFORMATION SYSTEMS AGENCY
Created By
daniel.g.limoges.civ@mail.mil
Last Modified By
daniel.g.limoges.civ@mail.mil
Approved By
daniel.g.limoges.civ@mail.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CA-11
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Nancy Pelosi
Last Modified: 4/2/25