SPE7MX25D0048
Indefinite Delivery Contract
Overview
Government Description
4610125217 draeger inc. Is providing hazard-detecting instruments and apparatus for use by the Army, Navy, and Air Force.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$18,024,786 (11% Used)
Related Opportunity
SPE7MX25R0037
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pennsylvania 18969 United States.
Sole Source This IDC was awarded sole source to Draeger because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to Draeger because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Draeger was awarded
Indefinite Delivery Contract SPE7MX25D0048 (SPE7MX-25-D-0048)
by
DLA Land and Maritime
for Hazard-Detecting Instruments And Apparatus (Draeger Inc.)
in September 2025.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 334511 and
PSC 6665
via sole source acquisition procedures with 1 bid received.
To date, $2,019,275 has been obligated through this vehicle.
The total ceiling is $18,024,786, of which 11% has been used.
DLA Order Detail and Docs
Primary NSN
None
Indefinite Delivery Contract
DOD Announcements
Sep 2025:
Draeger Inc. Telford, Pennsylvania, has been awarded a maximum $18,024,786 firm-fixed-price, indefinite-quantity contract for hazard-detecting instruments and apparatus. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Sept. 29, 2030. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-25-D-0048).
Status
(Open)
Modified 1/23/26
Period of Performance
9/29/25
Start Date
9/29/30
Ordering Period End Date
Task Order Obligations
$2.0M
Total Obligated
$2.0M
Current Award
$2.0M
Potential Award
Federal Award Analysis
Historical federal task order obligations under SPE7MX25D0048
$-
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 SPE7MX25D0048
Subcontract Awards
Disclosed subcontracts for SPE7MX25D0048
Transaction History
Modifications to SPE7MX25D0048
People
Suggested agency contacts for SPE7MX25D0048
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
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
M835NJ4FS8T9
Awardee CAGE
6L622
Agency Detail
Awarding Office
SPE7MX DLA LAND AND MARITIME
Funding Office
SPE7MX DLA LAND AND MARITIME
Created By
eprocurement.sysadmin.dla
Last Modified By
eprocurement.sysadmin.dla
Approved By
ty.phipps@dla.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
PA-01
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
Brian Fitzpatrick
Last Modified: 1/23/26