Search IDVs

N0018921DZ049

Indefinite Delivery Contract

Overview

Government Description
Technical Services Support
Awardee
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$100,000,000
Vehicle Ceiling
$490,630,864 (28% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pensacola, Florida 32509 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%
CSA Global was awarded Indefinite Delivery Contract N0018921DZ049 (N00189-21-D-Z049) by the Bureau of Naval Personnel in October 2021. The IDC has a duration of 5 years and was awarded through solicitation Information Technology (IT) Technical support services full & open with NAICS 541512 and PSC DF01 via direct negotiation acquisition procedures with 17 bids received. To date, $140,423,338 has been obligated through this vehicle with a potential value of all existing task orders of $215,859,863. The total ceiling is $490,630,864, of which 28% has been used. As of today, the IDC has a total reported backlog of $80,498,956 and funded backlog of $5,062,431. The vehicle was awarded through NAVSUP IT Technical Support Services.

DOD Announcements

Sep 2021: Booz Allen Hamilton, McLean, Virginia (N00189-21-D-Z046); CACI Inc. – Federal, Chantilly, Virginia (N00189-21-D-Z047); Science Applications International Corp., Reston, Virginia (N00189-21-D-Z048); Capstone Corp., Alexandria, Virginia (N00189-21-D-Z049); and 22nd Century Technologies Inc., McLean, Virginia (N00189-21-D-Z050), are awarded an estimated $556,014,538 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide technical services that include information technology (IT) enterprise architecture, portfolio management, governance operations, information management/IT requirements management, development and refinement of legacy information systems sustainment and transformation to the optimized MyNavyHR operational construct, and continuum of on-site and off-site support in support of Office of the Chief of Naval Operations (OPNAV) Information Technology Department Command Information Office statutory oversight responsibilities. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option, which if exercised, will bring the estimated cumulative value to $800,000,000. The base ordering period will begin November 2021 and is expected to be completed by October 2026; if the option is exercised, the ordering period will be completed by April 2027. Work will be performed in Pensacola, Florida (40%); Millington, Tennessee (30%); Arlington, Virginia (20%); and various locations throughout the continental U.S. in which those locations cannot be determined at this time (10%). Fiscal 2022 operation and maintenance (Navy) funds in the amount of $50,000 ($10,000 on each of the three contracts) will be obligated to fund the contracts’ minimum amounts, 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 Federal Acquisition Regulation 16.504 with the solicitation posted on beta.SAM.gov, with 17 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

Status
(Open)

Modified 12/11/25
Period of Performance
10/31/21
Start Date
10/31/26
Ordering Period End Date
90.0% Complete

Task Order Obligations and Backlog
$135.4M
Total Obligated
$140.4M
Current Award
$215.9M
Potential Award
63% Funded
$5.1M
Funded Backlog
$80.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0018921DZ049

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0018921DZ049

$-

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 N0018921DZ049

Subcontract Awards

Disclosed subcontracts for N0018921DZ049

Opportunity Lifecycle

Procurement history for N0018921DZ049

Transaction History

Modifications to N0018921DZ049

People

Suggested agency contacts for N0018921DZ049

Competition

Number of Bidders
17
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
EEUCVG4YELT8
Awardee CAGE
0CYN3
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N45997 CHNAVPERS SUPPORT WASH DC
Created By
kevin.clauson@navy.mil
Last Modified By
kevin.clauson@navy.mil
Approved By
kevin.clauson@navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 12/11/25