N0018921D0022
Indefinite Delivery Contract
Overview
Government Description
NST SUPPORT BASE ORDERING PERIOD
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$11,704,868 (100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Norfolk, Virginia 23511 United States.
Amendment Since initial award the Vehicle Ceiling has decreased 95% from $246,761,679 to $11,704,869.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Termination This IDC was terminated for convenience (partial or complete) in June 2025.
Amendment Since initial award the Vehicle Ceiling has decreased 95% from $246,761,679 to $11,704,869.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Termination This IDC was terminated for convenience (partial or complete) in June 2025.
Guidehouse was awarded
Indefinite Delivery Contract N0018921D0022 (N00189-21-D-0022)
by
Naval Supply Systems Command
for Nst Support Base Ordering Period
in September 2021.
The IDC
has a duration of 5 years 6 months and
was awarded
through solicitation NAVSUP Strategic Transformation
full & open
with
NAICS 541611 and
PSC R425
via direct negotiation acquisition procedures with 10 bids received.
To date, $11,704,869 has been obligated through this vehicle.
The total ceiling is $11,704,868, of which 100% has been used.
The vehicle was awarded through NAVSUP Strategic Transformation (NST).
DOD Announcements
Jul 2021:
BCG Federal Corp., Bethesda, Maryland (N00189-21-D-0021); Grant Thornton Public Sector LLC, Arlington, Virginia (N00189-21-D-0022); and McKinsey & Company Inc. Washington, D.C., Office, Washington, D.C. (N00189-21-D-0023), are awarded a $223,591,227 indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to obtain strategic contractor services to assist with transformation efforts that include Naval Sustainment System – supply, perform to plan logistics, supply chain and logistics technology, and enterprise transformations in support of Naval Supply Systems Command and the Department of the Navy. The contracts will include a five-year base ordering period with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total value to $246,761,679. The base ordering period will begin September 2021 and is expected to be completed by September 2026; if the option is exercised, the ordering period will be completed by March 2027. All work will be performed at various contractor facilities throughout the U.S. in which the percentage of work at each of those locations cannot be determined at this time. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Defense Federal Acquisition Regulation 16.504. The requirement was solicited through beta.sam.gov, with 10 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.
Status
(Open)
Modified 6/30/25
Period of Performance
9/14/21
Start Date
3/14/27
Ordering Period End Date
Task Order Obligations
$11.7M
Total Obligated
$11.7M
Current Award
$11.7M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N0018921D0022
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0018921D0022
$-
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 N0018921D0022
Subcontract Awards
Disclosed subcontracts for N0018921D0022
Opportunity Lifecycle
Procurement history for N0018921D0022
Transaction History
Modifications to N0018921D0022
People
Suggested agency contacts for N0018921D0022
Competition
Number of Bidders
10
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
N9NJK877QJK9
Awardee CAGE
1HLR9
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N50061 CNSSC FLD DET MECH PA NWCF
Created By
elizabeth.a.phelps1@navy.mil
Last Modified By
elizabeth.a.phelps1@navy.mil
Approved By
elizabeth.a.phelps1@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 6/30/25