N0025319D0004
Indefinite Delivery Contract
Overview
Government Description
TECHNOLOGY INSERTION HARDWARE (TIH 20/22)
Awardee
Awarding Agency
Funding Agency
Pricing
Cost Plus Incentive Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$830,711,796 (63% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Johnstown, Pennsylvania 15904 United States.
Forecast Listed as the incumbent in contract forecast WP20-00[NEW NUMBER] SSN Class "Delta" Shipset.
Amendment Since initial award the Ordering Period End Date was extended from 07/28/24 to 12/23/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Forecast Listed as the incumbent in contract forecast WP20-00[NEW NUMBER] SSN Class "Delta" Shipset.
Amendment Since initial award the Ordering Period End Date was extended from 07/28/24 to 12/23/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Laurel Technologies Partnership was awarded
Indefinite Delivery Contract N0025319D0004 (N00253-19-D-0004)
by
Naval Sea Systems Command
for Technology Insertion Hardware (TIH 20/22)
in July 2019.
The IDC
has a duration of 7 years 5 months and
was awarded
through solicitation Development, integration, and production of hardware solutions
full & open
with
NAICS 334511 and
PSC 1230
via direct negotiation acquisition procedures with 2 bids received.
To date, $533,558,117 has been obligated through this vehicle with a potential value of all existing task orders of $533,958,117.
The total ceiling is $830,711,796, of which 63% has been used.
As of today, the IDC has a total reported backlog of $8,979,162 and funded backlog of $8,579,162.
DOD Announcements
Jul 2019:
DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004).
Status
(Open)
Modified 11/20/24
Period of Performance
7/28/19
Start Date
12/23/26
Ordering Period End Date
Task Order Obligations and Backlog
$525.0M
Total Obligated
$533.6M
Current Award
$534.0M
Potential Award
$8.6M
Funded Backlog
$9.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0025319D0004
$-
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 N0025319D0004
Subcontract Awards
Disclosed subcontracts for N0025319D0004
Opportunity Lifecycle
Procurement history for N0025319D0004
Transaction History
Modifications to N0025319D0004
People
Suggested agency contacts for N0025319D0004
Competition
Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
JLREE96WGKM5
Awardee CAGE
0ERB9
Agency Detail
Awarding Office
N00253 NAVAL UNDERSEA WARFARE CENTER
Funding Office
N00024 NAVSEA HQ
Created By
diane.weber.n00253@navy.mi
Last Modified By
diane.weber.n00253@navy.mi
Approved By
diane.weber.n00253@navy.mi
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
PA-13
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
John Joyce
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Advisory and assistance services (25.1) | $15,565,575 | 76% |
Shipbuilding and Conversion, Navy (017-1611) | Department of Defense-Military | Advisory and assistance services (25.1) | $3,257,462 | 16% |
Research, Development, Test, and Evaluation, Navy (017-1319) | Department of Defense-Military | Equipment (31.0) | $2,119,079 | 10% |
Other Procurement, Navy (017-1810) | Department of Defense-Military | Equipment (31.0) | $2,077,262 | 10% |
Research, Development, Test, and Evaluation, Navy (017-1319) | Department of Defense-Military | Advisory and assistance services (25.1) | $1,046,573 | 5% |
Last Modified: 11/20/24