N0018921DZ037
Indefinite Delivery Contract
Overview
Government Description
OP&R SUPPORT SERVICES
Awardee
Awarding Agency
Funding Agency
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
$79,965,738 (10% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Clarksburg, Maryland 20871 United States.
Ancilla Technologies & Services was awarded
Indefinite Delivery Contract N0018921DZ037 (N00189-21-D-Z037)
by
NAVSUP Fleet Logistics Center Norfolk
for Op&R Support Services
in August 2021.
The IDC
has a duration of 4 years and
was awarded
through solicitation OPERATIONS, PLANS, & READINESS (OP&R) SUPPORT SERVICES
full & open
with
NAICS 541611 and
PSC R408
via direct negotiation acquisition procedures with 13 bids received.
To date, $7,807,576 has been obligated through this vehicle.
The total ceiling is $79,965,738, of which 10% has been used.
As of today, the IDC has a total reported backlog of $134,776 and funded backlog of $134,776.
The vehicle was awarded through Operations, Plans, and Readiness (OP&R) Support Services.
DOD Announcements
Aug 2021:
Accenture Federal Services LLC, Arlington, Virginia (N00189-21-D-Z036); Ancilla Technologies and Services Inc., Clarksburg, Maryland (N00189-21-D-Z037); Booz Allen Hamilton Inc., McLean, Virginia (N00189-21-D-Z038); Deloitte Consulting LLP, Arlington, Virginia (N00189-21-D-Z039); Universal Consulting Services Inc., Fairfax, Virginia (N00189-21-D-Z040); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-17-D-Z041), are awarded an estimated $91,902,830 multiple award of indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide program management support services in order to facilitate Navy Medicine’s mission to provide well-trained medical experts, operating as high-performance teams, to project medical power in support of the Surgery, Operation, Plans, & Readiness Directorate, Naval Bureau of Medicine. Each contract will run concurrently and will include a 48-month ordering period. Work will be performed in Falls Church, Virginia (10%); at government facilities; and 90% in contractor facilities in response to awarded task orders which cannot be reasonably estimated at the time of contract award. The ordering period of the contract will begin in September 2021 and is expected to be completed by August 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $20,000 will be obligated (estimated $3,333) on each of the six contracts to fund the contracts’ minimum amounts), and funds will expire at the end of the current 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 with the solicitation posted to the Navy Electronic Business Opportunities and beta.sam.gov websites, with 13 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
Status
(Complete)
Modified 4/24/24
Period of Performance
8/31/21
Start Date
8/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$7.7M
Total Obligated
$7.8M
Current Award
$7.8M
Potential Award
$134.8K
Funded Backlog
$134.8K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N0018921DZ037
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0018921DZ037
$-
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 N0018921DZ037
Subcontract Awards
Disclosed subcontracts for N0018921DZ037
Opportunity Lifecycle
Procurement history for N0018921DZ037
Transaction History
Modifications to N0018921DZ037
People
Suggested agency contacts for N0018921DZ037
Competition
Number of Bidders
13
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
KN7PCNYCN148
Awardee CAGE
7HV80
Agency Detail
Awarding Office
S2404A DCMA MID-ATLANTIC
Funding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Created By
sysorig@sa9763.dcma
Last Modified By
sysorig@sa9763.dcma
Approved By
sysorig@sa9763.dcma
Legislative
Legislative Mandates
None Applicable
Awardee District
MD-06
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
David Trone
Last Modified: 4/24/24