Search IDVs

N0003917D0013

Indefinite Delivery Contract

Overview

Government Description
RAPDS REQUIREMENTS
Government Project
000
Awardee
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)
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.
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
100% Complete

Task Order Obligations and Backlog
$23.7M
Total Obligated
$27.9M
Current Award
$33.4M
Potential Award
71% Funded
$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

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 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
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