Search IDVs

N0024424D0010

Indefinite Delivery Contract

Overview

Government Description
DOD WIRELESS MOBILITY SERVICES CONTRACT
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$2,670,026,650 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Basking Ridge, New Jersey 7920 United States.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
CEO Partnership was awarded Indefinite Delivery Contract N0024424D0010 (N00244-24-D-0010) by NAVSUP Fleet Logistics Center San Diego for Dod Wireless Mobility Services Contract in May 2024. The IDC has a duration of 10 years and was awarded through solicitation DOD CIO Wireless and Telecommunications Services full & open with NAICS 517112 and PSC DG11 via direct negotiation acquisition procedures with 8 bids received. To date, $57,737,091 has been obligated through this vehicle with a potential value of all existing task orders of $199,863,013. The total ceiling is $2,670,026,650, of which 2% has been used. As of today, the IDC has a total reported backlog of $151,752,069 and funded backlog of $9,626,148. The vehicle was awarded through DOD CIO Wireless and Telecommunications Services.

DOD Announcements

May 2024: AT&T Mobility LLC, Atlanta, Georgia (N00244-24-D-0005); Hughes Network Systems LLC, Germantown, Maryland (N00244-24-D-0006); Manhattan Telecommunications Corp., doing business as MetTel, New York, New York (N00244-24-D-0007); Real Mobile Inc., North Lauderdale, Florida (N00244-24-D-0008); T-Mobile, Bellevue, Washington (N00244-24-D-0009); Cellco Partnership doing business as Verizon Wireless, Basking Ridge, New Jersey (N00244-24-D-0010); and WidePoint Integrated Solutions Corp., Fairfax, Virginia (N00244-24-D-0011), are awarded a $267,002,665 indefinite-delivery/indefinite-quantity, firm-fixed-price, ceiling-price contract to provide commercial wireless mobility services, including all wireless technologies and related operations, to include software, hardware, firmware, and equipment. This requirement will cover usage in all 50 United States, U.S. territories, and while traveling internationally for military members and federal civilians stationed within the 50 United States and U.S. territories. The contract will include a one-year base period and nine one-year option periods which if exercised, the total value of this contract will be $2,670,000,000. Work will be performed at various locations throughout the U.S. and the percentage of work cannot be determined at this time. Work is expected to be completed by May 2025; if all options are exercised, work will be completed by May 2034. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $21,000 will be obligated ($3,000 on each of the seven contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year. Individual task orders will be funded with appropriate fiscal operations and maintenance (Navy) appropriations determined by the contracting officer at the time of their issuance. The award was the result from a full and open competitive solicitation with eight offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

Status
(Open)

Modified 6/17/25
Period of Performance
5/7/24
Start Date
5/7/34
Ordering Period End Date
13.0% Complete

Task Order Obligations and Backlog
$48.1M
Total Obligated
$57.7M
Current Award
$199.9M
Potential Award
24% Funded
$9.6M
Funded Backlog
$151.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0024424D0010

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0024424D0010

$-

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 N0024424D0010

Subcontract Awards

Disclosed subcontracts for N0024424D0010

Opportunity Lifecycle

Procurement history for N0024424D0010

Transaction History

Modifications to N0024424D0010

People

Suggested agency contacts for N0024424D0010

Competition

Number of Bidders
8
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
CK77N4SCAJD3
Awardee CAGE
1HWU7
Agency Detail
Awarding Office
N00244 NAVSUP FLT LOG CTR SAN DIEGO
Funding Office
N00244 NAVSUP FLT LOG CTR SAN DIEGO
Created By
juana.perez@navy.mil
Last Modified By
russell.clark.n00023@sa1700.sup.fisc
Approved By
juana.perez@navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
NJ-07
Senators
Robert Menendez
Cory Booker
Representative
Thomas Kean
Last Modified: 6/17/25