Search IDVs

N0003921D5001

Indefinite Delivery Contract

Overview

Government Description
NAVY ENTERPRISE SERVICE DESK
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$136,502,136
Vehicle Ceiling
$136,502,136 (72% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Falls Church, Virginia 22042 United States.
Sole Source This IDC was awarded sole source to General Dynamics Information Technology because the government believes that only one company can provide the product / service (FAR 6.302-1).
Forecast Listed as the incumbent in contract forecast FY25 NESD Follow-On IDIQ.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
General Dynamics Information Technology was awarded Indefinite Delivery Contract N0003921D5001 (N00039-21-D-5001) by Naval Information Warfare Systems Command for Navy Enterprise Service Desk in August 2021. The IDC has a duration of 4 years and was awarded through solicitation Navy Enterprise Service Desk (NESD) Service Desk as a Service (SDaaS) full & open with NAICS 541512 and PSC DE10 via sole source acquisition procedures with 1 bid received. To date, $100,824,993 has been obligated through this vehicle. The total ceiling is $136,502,136, of which 72% has been used. As of today, the IDC has a total reported backlog of $2,599,130 and funded backlog of $2,599,130.

DOD Announcements

Aug 2021: General Dynamics Information Technology (GDIT) Inc., Falls Church, Virginia (N00039-21-D-5001), is awarded a $136,502,136 indefinitely-delivery/indefinite-quantity contract to support the consolidation of all Tier 1 information technology help desks and transition them to the managed service provider, GDIT. GDIT will provide service desk as a service using a knowledge-based solution, employing artificial intelligence, machine learning, predictive analytics and natural language processing. Fiscal 2021 operation and maintenance (Navy) funds will be used for obligations at the task order level. Concurrent with the award, the first task order will be issued in order to satisfy the minimum guarantee of $5,000 per the terms and conditions of the contract. Funding will expire at the end of the fiscal year. Work will be performed primarily in Bossier City, Louisiana (50%); and New Orleans, Louisiana (50%). Performance is expected to be completed by August 2025 if all options are exercised. This contract includes a one-year base ordering period and three one-year optional ordering periods, which if exercised, would bring the estimated cumulative value to $136,502,136. Pursuant to the Other Transactions Authority (OTA) of 10 U.S. Code 2371 for prototype projects, this contract is not competitively procured because this is a production contract following the successful completion of the OTA prototype effort that originated in 2019. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Status
(Complete)

Modified 8/19/24
Period of Performance
8/18/21
Start Date
8/24/25
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$98.2M
Total Obligated
$100.8M
Current Award
$100.8M
Potential Award
97% Funded
$2.6M
Funded Backlog
$2.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0003921D5001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0003921D5001

$-

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 N0003921D5001

Subcontract Awards

Disclosed subcontracts for N0003921D5001

Opportunity Lifecycle

Procurement history for N0003921D5001

Transaction History

Modifications to N0003921D5001

People

Suggested agency contacts for N0003921D5001

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
SMNWM6HN79X5
Awardee CAGE
07MU1
Agency Detail
Awarding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
kim.harvill@navy.mil
Last Modified By
kim.harvill@navy.mil
Approved By
kim.harvill@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer
Last Modified: 8/19/24