Search IDVs

N0002413D5250

Indefinite Delivery Contract

Overview

Government Description
PRODUCT SUPPORTABILITY
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$53,141,381 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Gaithersburg, Maryland 20878 United States.
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ceiling Exceeded Total obligated funds of $77,001,790 has exceeded the reported contract ceiling of $53,141,381. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Lockheed Martin Corporation was awarded Indefinite Delivery Contract N0002413D5250 (N00024-13-D-5250) by Naval Sea Systems Command for Product Supportability in November 2012. The IDC has a duration of 2 years and was awarded through solicitation SURFACE SHIP UNDERSEA WARFARE (USW) PRODUCT SUPPORTABILITY full & open with NAICS 334511 and PSC 1287 via sole source acquisition procedures with 1 bid received. To date, $80,161,079 has been obligated through this vehicle with a potential value of all existing task orders of $81,689,604. The total ceiling is $53,141,381, of which 101% has been used. As of today, the IDC has a total reported backlog of $4,687,814 and funded backlog of $3,159,289.

DOD Announcements

May 2015:
Lockheed Martin, Missiles and Fire Control, Technical Services, Orlando, Florida, is being awarded a $22,136,247 modification to a previously awarded contract (N00024-13-D-5250) to extend the ordering period by 13 months for undersea warfare (USW) product support and installation services across USW Systems. This modification will cover procurement of USW product support. This includes integrated logistics, training conduct, equipment alteration and installation, fleet support, and life cycle supportability across USW system programs. Lockheed Martin, Missiles and Fire Control, Technical Services will also support the installation and delivery of USW capabilities to the fleet. Work will be performed in Chesapeake, Virginia, and is expected to be complete by June 2016. No funds are being obligated at time of award. Funding is to be determined at time of delivery order funding obligation. This contract is a sole source procurement negotiated under 10 U.S.C. 2304(c)(1) - only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Status
(Complete)

Modified 7/16/20
Period of Performance
11/16/12
Start Date
11/15/14
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$77.0M
Total Obligated
$80.2M
Current Award
$81.7M
Potential Award
94% Funded
$3.2M
Funded Backlog
$4.7M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0002413D5250

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0002413D5250

$-

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 N0002413D5250

Subcontract Awards

Disclosed subcontracts for N0002413D5250

Opportunity Lifecycle

Procurement history for N0002413D5250

Transaction History

Modifications to N0002413D5250

People

Suggested agency contacts for N0002413D5250

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 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
NARDZKFS4NJ7
Awardee CAGE
6C8L3
Agency Detail
Awarding Office
S1002A DCMA ORLANDO
Funding Office
N00024 NAVSEA HQ
Created By
ago2114
Last Modified By
ago2114
Approved By
ago2114

Legislative

Legislative Mandates
None Applicable
Awardee District
FL-08
Senators
Marco Rubio
Rick Scott
Representative
Bill Posey
Last Modified: 7/16/20