Search IDVs

N0003919D0033

Indefinite Delivery Contract

Overview

Government Description
Cost Plus Fixed Fee (CPFF) orders (A) minimum order. When the government requires supplies or services covered by this contract in an amount of less than $1,000 (insert dollar figure or quantity), the government is not obligated to purchase, nor is the contractor obligated to furnish, those supplies or services under the contract. (B) maximum order. The contractor is not obligated to honor - (1) any order for a single item in excess of $100M (insert dollar figure or quantity) (2) any order for a combination of items in excess of $100M (insert dollar figure or quantity) or (3) a series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in paragraph (B) (1) or (2) of this section. (C) if this is a requirements contract (I.E., includes the requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the government is not required to order a part of any one requirement from the contractor if that requirement exceeds the maximum-order limitations in paragraph (B) of this section. (D) notwithstanding paragraphs (B) and (C) of this section, the contractor shall honor any order exceeding the maximum order limitations in paragraph (B), unless that order (OR ORDERS) is returned to the ordering office within five (5) days after issuance, with written notice stating the contractor's intent not to ship the item (OR ITEMS) called for and the reasons. Upon receiving this notice, the government may acquire the supplies or services from another source. (end of clause)
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$599,544,783 (17% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: North Charleston, South Carolina 29406 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Scientific Research Corporation was awarded Indefinite Delivery Contract N0003919D0033 (N00039-19-D-0033) by Naval Information Warfare Systems Command in June 2019. The IDC has a duration of 8 years and was awarded through solicitation PMW 750 C4I Testing, Integration, and Installation Follow-on full & open with NAICS 541330 and PSC L058 via direct negotiation acquisition procedures with 3 bids received. To date, $134,791,988 has been obligated through this vehicle. The total ceiling is $599,544,783, of which 17% has been used. As of today, the IDC has a total reported backlog of $32,868,125 and funded backlog of $32,868,125. The vehicle was awarded through PMW 750 C4I Testing, Integration, and Installation Follow-On.

DOD Announcements

Jun 2019: BAE System Technology Solutions and Services Inc., Rockville, Maryland (N00039-19-D-0031); Serco Inc., Herndon, Virginia (N00039-19-D-0032); and Scientific Research Corp., Atlanta, Georgia (N00039-19-D-0033), are each awarded a cost-plus-fixed-fee, cost-only indefinite-delivery/indefinite-quantity multiple award contract for logistics, integration, engineering, procurement, fabrication, assembly, test, inspection, zone integration and installation of integrated command, control, communications, computers and intelligence (C4I) system of systems capabilities aboard new construction aircraft carrier and large deck amphibious ships, to include refueling and complex overhaul ships. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $747,097,000. Each contract includes options, which if exercised, would bring the estimated value of each contact to $601,513,730 for BAE System; $608,243,247 for Serco Inc., and $599,544,784 for Scientific Research Corp. These contracts will support various Navy shipbuilding programs. These programs require integrated C4I capabilities to provide communications for maritime operations and flight safety. The integrated capability is composed of distributed systems that provide network capabilities, communications, command and control, intelligence, and non-tactical data. Work will be performed in Newport News, Virginia (73%); Charleston, South Carolina (17%); and Pascagoula, Mississippi (10%), and work is expected to be completed by June 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $50,000 will be obligated on the first task order under each contract utilizing fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy), and fiscal 2019 research and development (Navy) funds. Contract funds will not expire at the end of the current fiscal year. These contracts were awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Status
(Open)

Modified 8/19/25
Period of Performance
6/25/19
Start Date
6/25/27
Ordering Period End Date
84.0% Complete

Task Order Obligations and Backlog
$101.9M
Total Obligated
$134.8M
Current Award
$134.8M
Potential Award
76% Funded
$32.9M
Funded Backlog
$32.9M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0003919D0033

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0003919D0033

$-

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 N0003919D0033

Subcontract Awards

Disclosed subcontracts for N0003919D0033

Opportunity Lifecycle

Procurement history for N0003919D0033

Transaction History

Modifications to N0003919D0033

People

Suggested agency contacts for N0003919D0033

Competition

Number of Bidders
3
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
FAK7LNGRNAN5
Awardee CAGE
0D5A6
Agency Detail
Awarding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
brian.d.griffin1@navy.mil
Last Modified By
brian.d.griffin1@navy.mil
Approved By
brian.d.griffin1@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
GA-11
Senators
Jon Ossoff
Raphael Warnock
Representative
Barry Loudermilk

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Research, Development, Test, and Evaluation, Navy (017-1319) Department of Defense-Military Advisory and assistance services (25.1) $128,965 233%
Last Modified: 8/19/25