HY023325DE002
Indefinite Delivery Contract
Overview
Government Description
Provide engineering and scientific expertise to identify and mature appropriate technologies and develop operational prototypes for the rapid transition of maturing technologies to meet warfighters' needs. Includes testing and validation of technology. Additionally, the contractor performs analysis and engineering support as described in the PWS.
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$500,000,000 (2% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20301 United States.
Sole Source This IDC was awarded sole source to The Johns Hopkins University Applied Physics Laboratory because the government beleives this product / service is critical for industrial mobiliation or is essential R&D.
Sole Source This IDC was awarded sole source to The Johns Hopkins University Applied Physics Laboratory because the government beleives this product / service is critical for industrial mobiliation or is essential R&D.
The Johns Hopkins University Applied Physics Laboratory was awarded
Indefinite Delivery Contract HY023325DE002 (HY0233-25-D-E002)
by
the Office of the Secretary of Defense
for Engineering And Scientific Expertise For Technology Transition (JHU/APL UARC IDIQ)
in April 2025.
The IDC
has a duration of 10 years and
was awarded
full & open
with
NAICS 541715 and
PSC AC11
via sole source acquisition procedures with 1 bid received.
To date, $42,828,792 has been obligated through this vehicle with a potential value of all existing task orders of $71,956,614.
The total ceiling is $500,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $59,742,361 and funded backlog of $30,614,539.
Status
(Open)
Modified 12/16/25
Period of Performance
4/10/25
Start Date
4/10/35
Ordering Period End Date
Task Order Obligations and Backlog
$12.2M
Total Obligated
$42.8M
Current Award
$72.0M
Potential Award
$30.6M
Funded Backlog
$59.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under HY023325DE002
$-
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 HY023325DE002
Subcontract Awards
Disclosed subcontracts for HY023325DE002
Transaction History
Modifications to HY023325DE002
People
Suggested agency contacts for HY023325DE002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Mobilization, Essential R&D
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
C1HBCJ9RMBV3
Awardee CAGE
88898
Agency Detail
Awarding Office
HY0233 DIRECTOR SCO
Funding Office
HY0233 DIRECTOR SCO
Created By
joanne.vought@sco.mil
Last Modified By
joanne.vought@sco.mil
Approved By
joanne.vought@sco.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 12/16/25