N0042118D0001
Indefinite Delivery Contract
Overview
Government Description
LABOR - TERM (LOE)
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$100,807,372 (65% Used)
Related Opportunity
N0042117R0019
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Saint Inigoes, Maryland 20684 United States.
Forecast Listed as the incumbent in contract forecast Multi-Mission Data Link (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: NAWCAD WOLF - Lifetime Support Engineering (LSE), RFP for Integration & Production (I&P) Follow-On, NAWCAD WOLF Airborne Systems Integration (ASI) Division Multi-Mission Data Links (MMDL)
Amendment Since initial award the Vehicle Ceiling has increased 2% from $98,687,904 to $100,807,372.
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 Multi-Mission Data Link (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: NAWCAD WOLF - Lifetime Support Engineering (LSE), RFP for Integration & Production (I&P) Follow-On, NAWCAD WOLF Airborne Systems Integration (ASI) Division Multi-Mission Data Links (MMDL)
Amendment Since initial award the Vehicle Ceiling has increased 2% from $98,687,904 to $100,807,372.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
KBR Wyle Services was awarded
Indefinite Delivery Contract N0042118D0001 (N00421-18-D-0001)
by
NAWC Aircraft Division
for Labor - Term (LOE)
in October 2017.
The IDC
has a duration of 7 years 3 months and
was awarded
full & open
with
NAICS 541330 and
PSC K058
via direct negotiation acquisition procedures with 1 bid received.
To date, $78,805,589 has been obligated through this vehicle with a potential value of all existing task orders of $79,781,767.
The total ceiling is $100,807,372, of which 65% has been used.
As of today, the IDC has a total reported backlog of $14,324,420 and funded backlog of $13,348,242.
DOD Announcements
Dec 2017:
KBR Wyle Technology Solutions LLC, Columbia, Maryland, is being awarded a $69,301,409 indefinite-delivery/indefinite-quantity contract for the procurement of installation, systems integration, test and evaluation, in-service engineering, logistics, repair and validation, training, lab maintenance, quality assurance, and technical management services for the Multi-Mission Datalink System. These services are in support of the Naval Air Warfare Center Aircraft Division’s Combat Integrated and Identification Systems Division for Systems Engineering and Technical Services Department (AIR-4.11.2). Work will be performed in St. Inigoes, Maryland (50 percent); and various ship/shore locations (50 percent), and is expected to be completed in January 2023. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposal, one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-D-0001).
Jan 2023: KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $29,386,496 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable modification (P00021) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0042118D0001). This modification exercises options to provide installation, systems integration, test and evaluation, in-service engineering logistics, repair and validation, training, lab maintenance, quality assurance, and technical management services for the Multi-Mission Datalink support system in support of the Airborne Systems Integration Division of Naval Air Warfare Center Aircraft Division Webster Outlying Field. Work will be performed in St. Inigoes, Maryland (50%); Norfolk, Virginia (11%); San Diego, California (11%); Everett, Washington (5%); Mayport, Florida (5%); Yokosuka, Japan (5%); Pearl Harbor, Hawaii (4%); Rota, Spain (2%); Bath, Maine (2%); Pascagoula, Mississippi (2%); various locations outside the continental U.S. (CONUS) (2%); and various locations within the CONUS (1%), and is expected to be completed in January 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Jan 2023: KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $29,386,496 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable modification (P00021) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0042118D0001). This modification exercises options to provide installation, systems integration, test and evaluation, in-service engineering logistics, repair and validation, training, lab maintenance, quality assurance, and technical management services for the Multi-Mission Datalink support system in support of the Airborne Systems Integration Division of Naval Air Warfare Center Aircraft Division Webster Outlying Field. Work will be performed in St. Inigoes, Maryland (50%); Norfolk, Virginia (11%); San Diego, California (11%); Everett, Washington (5%); Mayport, Florida (5%); Yokosuka, Japan (5%); Pearl Harbor, Hawaii (4%); Rota, Spain (2%); Bath, Maine (2%); Pascagoula, Mississippi (2%); various locations outside the continental U.S. (CONUS) (2%); and various locations within the CONUS (1%), and is expected to be completed in January 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Status
(Complete)
Modified 8/20/24
Period of Performance
10/26/17
Start Date
1/29/25
Ordering Period End Date
Task Order Obligations and Backlog
$65.5M
Total Obligated
$78.8M
Current Award
$79.8M
Potential Award
$13.3M
Funded Backlog
$14.3M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0042118D0001
$-
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 N0042118D0001
Subcontract Awards
Disclosed subcontracts for N0042118D0001
Transaction History
Modifications to N0042118D0001
People
Suggested agency contacts for N0042118D0001
Competition
Number of Bidders
1
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
JU9GLKSCUXE3
Awardee CAGE
15151
Agency Detail
Awarding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Funding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Created By
carolyn.emmart@navy.mil
Last Modified By
carolyn.emmart@navy.mil
Approved By
carolyn.emmart@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Equipment (31.0) | $5,663,356 | 100% |
Last Modified: 8/20/24