Search IDVs

N0018923DZ021

Indefinite Delivery Contract

Overview

Government Description
ROTHR ENGINEERING AND PROGRAM SUPPORT SERVICES
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$87,531,900 (39% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chesapeake, Virginia 23322 United States.
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Raytheon Company was awarded Indefinite Delivery Contract N0018923DZ021 (N00189-23-D-Z021) by U.S. Fleet Forces Command for Rothr Engineering And Program Support Services in June 2023. The IDC has a duration of 4 years 2 months and was awarded through solicitation R425 - ROTHR Engineering Sole Source Synopsis full & open with NAICS 541330 and PSC L059 via sole source acquisition procedures with 1 bid received. To date, $34,232,925 has been obligated through this vehicle with a potential value of all existing task orders of $51,777,858. The total ceiling is $87,531,900, of which 39% has been used. As of today, the IDC has a total reported backlog of $17,544,933.

DOD Announcements

Jun 2023: Raytheon Co., Woburn, Massachusetts, is awarded a $87,531,901 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions to provide engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center, Chesapeake, Virginia, that include: critical software enhancements; software re-hosts; software maintenance, installation, removal, integration and testing, as well as associated engineering, technical, training and logistics support; support for systems engineering; engineering change proposal preparation and analysis; failure analysis; configuration management; preparation, installation and/or testing of field change kits; and logistics support. The contract will include a 48-month ordering period with no options. The base ordering period is anticipated to begin August 2023, and is expected to be completed by August 2027. Work will be performed in Chesapeake, Virginia (60%); Marlboro, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (5%); San Juan, Puerto Rico (3%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, D.C. (1%); Arlington, Virginia (1%), and Key West, Florida (1%). Fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract’s minimum amount, 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. One company was solicited for this sole-source procurement in accordance with Federal Acquisition Regulation 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-23-D-Z021).

Status
(Open)

Modified 1/31/24
Period of Performance
6/12/23
Start Date
8/25/27
Ordering Period End Date
47.0% Complete

Task Order Obligations and Backlog
$34.2M
Total Obligated
$34.2M
Current Award
$51.8M
Potential Award
66% Funded
$0.0
Funded Backlog
$17.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0018923DZ021

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0018923DZ021

$-

Contracts

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


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 N0018923DZ021

Subcontract Awards

Disclosed subcontracts for N0018923DZ021

Opportunity Lifecycle

Procurement history for N0018923DZ021

Transaction History

Modifications to N0018923DZ021

People

Suggested agency contacts for N0018923DZ021

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
MZK8TCNF24G2
Awardee CAGE
3W1D7
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N45854 FORCES SURVEILLANCE SUPPORT CENTER
Created By
joseph.haviland1@navy.mil
Last Modified By
joseph.haviland1@navy.mil
Approved By
joseph.haviland1@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
MA-05
Senators
Edward Markey
Elizabeth Warren
Representative
Katherine Clark
Last Modified: 1/31/24