N0003917D0013
Indefinite Delivery Contract
Overview
Government Description
RAPDS REQUIREMENTS
Government Project
000
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$300,000,000 (8% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Connecticut 6379 United States.
Forecast Listed as the incumbent in contract forecast TFMMS Sustainment Follow-On.
Forecast Listed as the incumbent in contract forecast TFMMS Sustainment Follow-On.
Rite-Solutions was awarded
Indefinite Delivery Contract N0003917D0013 (N00039-17-D-0013)
by
Naval Information Warfare Systems Command
in August 2017.
The IDC
has a duration of 8 years and
was awarded
through solicitation Rapid Product Development & Sustainment (RaPDS) Multiple Award IDIQ
with a Small Business Total set aside
with
NAICS 541512 and
PSC D307
via direct negotiation acquisition procedures with 20 bids received.
To date, $27,911,014 has been obligated through this vehicle with a potential value of all existing task orders of $33,403,545.
The total ceiling is $300,000,000, of which 8% has been used.
As of today, the IDC has a total reported backlog of $9,736,116 and funded backlog of $4,243,585.
The vehicle was awarded through Rapid Product Development and Sustainment (RaPDS) IDIQ.
DOD Announcements
Jul 2017:
eScience & Technology Solutions Inc.,* North Charleston, South Carolina (N0003917D0011); IDEAMATICS Inc.,* McLean, Virginia (N0003917D0012); and Rite-Solutions Inc.,* Pawcatuck, Connecticut (N0003917D0013), are being awarded a multiple award, indefinite-delivery/indefinite-quantity contract for the rapid product development and sustainment contract vehicle to support the Program Executive Office for Enterprise Information Systems in the design, development, implementation and sustainment of information technology systems and software supporting enterprise business services, personnel and pay, position management, recruiting and accessions, workforce development and distance support. This multiple award contract has a base five-year ordering period with a cumulative value of $300,000,000. This contract includes three one-year options that will only be exercised if the ceiling is not exhausted. If all options are exercised, the ordering period could continue until July 2025. Work will be performed in North Charleston, South Carolina (34 percent); McLean, Virginia (33 percent); Pawcatuck, Connecticut (33 percent), and is expected to be completed by July 2022. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $10,000 will be applied to each of the three contracts with an initial task order issued to each contractor at the time of award. Future actions will be issued and funds obligated as individual task orders. Contract funds will expire at the end of the current fiscal year. The multiple award contracts were competitively procured by a small business set-aside with numerous proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with 20 offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
Status
(Complete)
Modified 11/4/21
Period of Performance
8/1/17
Start Date
7/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$23.7M
Total Obligated
$27.9M
Current Award
$33.4M
Potential Award
$4.2M
Funded Backlog
$9.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N0003917D0013
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0003917D0013
$-
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 N0003917D0013
Subcontract Awards
Disclosed subcontracts for N0003917D0013
Opportunity Lifecycle
Procurement history for N0003917D0013
Transaction History
Modifications to N0003917D0013
People
Suggested agency contacts for N0003917D0013
Competition
Number of Bidders
20
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
Small Business
DoD Claimant Code
None
Awardee UEI
VGCPMJFD1NN5
Awardee CAGE
1PSA3
Agency Detail
Awarding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
lisa.parker1@navy.mil
Last Modified By
lisa.parker1@navy.mil
Approved By
lisa.parker1@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
CT-02
Senators
Richard Blumenthal
Christopher Murphy
Christopher Murphy
Representative
Joe Courtney
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $255,241 | 100% |
Last Modified: 11/4/21