AWARD
59 -- Targeted Requirement EXecution (TREX) Multiple Award Contract (1 of 3)
- Notice Date
- 10/16/2020 2:17:07 PM
- Notice Type
- Award Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- TREX_H92401-21-D-0001_(1of3)
- Archive Date
- 10/31/2020
- Point of Contact
- Kristen R. Hoylman, Phone: 8138267047
- E-Mail Address
-
kristen.hoylman.mil@socom.mil
(kristen.hoylman.mil@socom.mil)
- Award Number
- H92401-21-D-0001
- Award Date
- 10/16/2020
- Awardee
- BARBARICUM LLC Washington DC USA
- Award Amount
- 780000000.00
- Description
- **Due to a limitation of the beta.SAM.gov system, multiple awardees are not able to be identified on the same Award Notice.� A separate Award Notice has been posted for each awardee under the Targeted Requirement EXecution (TREX) Multiple Award Contract.� Please reference the below list of Related Notices.** Related Notices: ���� 1) TREX_H92401-20-R-0001 ���� 2) TREX_H92401-21-D-0001_(1of3), Targeted Requirement Execution (TREX) Multiple Award Contract (1 of 3)� ���� 3) TREX_H92401-21-D-0002_(2of3), Targeted Requirement Execution (TREX) Multiple Award Contract (2 of 3) ���� 4) TREX_H92401-21-D-0003_(3of3), Targeted Requirement Execution (TREX) Multiple Award Contract (3 of 3) Three IDIQ contracts were competitively awarded using FAR Part 15 procedures to the following companies: Barbaricum LLC (Contract Number:� H92401-21-D-0001) 1714 N Street NW Washington, DC� 20036 iGov Technologies, Inc. (Contract Number:� H92401-21-D-0002) 12030 Sunrise Valley Drive, Suite 300 Reston, VA� 20191 NexTech Solutions LLC (Contract Number:� H92401-21-D-0003) 4265 Eagle Landing Pkwy Orange Park, FL� 32605 Under the Targeted Requirement Execution (TREX) contracts, the contractors shall provide Intelligence, Surveillance, and Reconnaissance (ISR) related equipment solutions and related incidental development and/or other related services to the Government in four main categories: (1) System Integration, (2) Hardware and Modifications, (3) Specialized Communications Solutions and Networks, and (4) Signal Processing Capabilities. There is a $780,000,000.00 maximum contract ceiling value across all awards, with $2,500.00 minimum guarantee.� The resultant multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts have five, one-year ordering periods, and will include multiple contract types at the Delivery Order/Task Order (DO/TO) levels.� The available contract types consist of Firm Fixed Price (FFP) (primary used), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable (CR) as appropriate for the DO/TO specific requirement in support of U.S. Special Operations Command, Program Executive Office, Special Reconnaissance (PEO-SR). �The work will be performed primarily at the contractors� facilities and is expected to be completed by 15 October 2025.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79c3c1380d2d401f8f2d747bcb1238a7/view)
- Record
- SN05829344-F 20201018/201016230133 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |