N0002425D4142
Indefinite Delivery Contract
Overview
Government Description
Waterborne Security Barriers - Sustainment
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$199,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Annapolis, Maryland 21401 United States.
Oceanetics was awarded
Indefinite Delivery Contract N0002425D4142 (N00024-25-D-4142)
by
Naval Sea Systems Command
in July 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Waterborne Security Barriers Sustainment
full & open
with
NAICS 488310 and
PSC 1945
via direct negotiation acquisition procedures with 4 bids received.
To date, $2,795,099 has been obligated through this vehicle with a potential value of all existing task orders of $5,307,408.
The total ceiling is $199,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $2,512,309.
DOD Announcements
Jul 2025:
GPA Technologies Inc., San Diego, California (N00024-25-D-4141); Oceanetics Inc., Fredericksburg, Virginia (N00024-25-D-4142); PCCI Inc., Alexandria, Virginia (N00024-25-D-4143); and Virtual Computing Technology Inc., Arlington, Virginia (N00024-25-D-4144), are awarded a combined $199,000,000 firm-fixed-price/cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the sustainment and refurbishment of waterborne security barriers (WSB), moorings, and marine facilities. This procurement provides logistical support, fabrication, installation, inspection, refurbishment, development, and field supervision/operation of waterfront barriers, associated moorings, WSBs, and related marine facilities worldwide. The contract supports the WSB, moorings, and WSB product lines. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. These contracts include options which, if exercised, would bring the cumulative value to $199,000,000 over a ten-year period for the four vendors combined. Work will be performed worldwide and is expected to be completed by July 2030. If all options are exercised, work will continue through July 2035. Fiscal 2025 other procurement (Navy) funding in the amount of $4,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with four offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Aug 2025: CORRECTION: The $199,000,000 firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the sustainment and refurbishment of waterborne security barriers, moorings, and marine facilities announced on July 23, 2025, had the wrong locations listed. The correction locations are: GPA Technologies Inc., Ventura, California (N00024-25-D-4141); Oceanetics Inc., Annapolis, Maryland (N00024-25-D-4142); PCCI Inc., Alexandria, Virginia (N00024-25-D-4143); and Virtual Computing Technology Inc., Solana Beach, California (N00024-25-D-4144).
Aug 2025: CORRECTION: The $199,000,000 firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the sustainment and refurbishment of waterborne security barriers, moorings, and marine facilities announced on July 23, 2025, had the wrong locations listed. The correction locations are: GPA Technologies Inc., Ventura, California (N00024-25-D-4141); Oceanetics Inc., Annapolis, Maryland (N00024-25-D-4142); PCCI Inc., Alexandria, Virginia (N00024-25-D-4143); and Virtual Computing Technology Inc., Solana Beach, California (N00024-25-D-4144).
Status
(Open)
Modified 7/25/25
Period of Performance
7/22/25
Start Date
7/23/30
Ordering Period End Date
Task Order Obligations and Backlog
$2.8M
Total Obligated
$2.8M
Current Award
$5.3M
Potential Award
$0.0
Funded Backlog
$2.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0002425D4142
$-
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 N0002425D4142
Subcontract Awards
Disclosed subcontracts for N0002425D4142
Opportunity Lifecycle
Procurement history for N0002425D4142
Transaction History
Modifications to N0002425D4142
People
Suggested agency contacts for N0002425D4142
Competition
Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
HH9BC5LMUQ27
Awardee CAGE
32ZG0
Agency Detail
Awarding Office
N00024 NAVSEA HQ
Funding Office
N00024 NAVSEA HQ
Created By
sherri.patsos@navy.mil
Last Modified By
sakeena.siddiqi@navy.mil
Approved By
sakeena.siddiqi@navy.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 7/25/25