Search IDVs

N0025319D0004

Indefinite Delivery Contract

Overview

Government Description
TECHNOLOGY INSERTION HARDWARE (TIH 20/22)
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)
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%
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
78.0% Complete

Task Order Obligations and Backlog
$525.0M
Total Obligated
$533.6M
Current Award
$534.0M
Potential Award
98% Funded
$8.6M
Funded Backlog
$9.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0025319D0004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0025319D0004

$-

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 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
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