N0042121D0009
Indefinite Delivery Contract
Overview
Government Description
Labor - term - in support of the SOW/PWS. This award provides support services for the airborne systems integration division in the design, development, and demonstration of advanced sensor capabilities for a variety of platforms, including manned and unmanned airborne, shipborne, and fixed mobile ground stations for the Department of Defense and other government agencies. Includes establishing support for the ati branch and procurement labor for the iap branch as part of the advanced sensor system development and execution efforts.
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$688,260
Vehicle Ceiling
$84,786,202 (19% Used)
Related Opportunity
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 NAWCAD WOLF ASI Sensor Engineering and Development (SED).
Recompete The following similar solicitation(s) may continue aspects of this idv: NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA), NAWCAD WOLF ASI Secure Executive Network Software Support (SENSS)
Amendment Since initial award the Ordering Period End Date was extended from 11/30/25 to 12/07/25.
Forecast Listed as the incumbent in contract forecast NAWCAD WOLF ASI Sensor Engineering and Development (SED).
Recompete The following similar solicitation(s) may continue aspects of this idv: NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA), NAWCAD WOLF ASI Secure Executive Network Software Support (SENSS)
Amendment Since initial award the Ordering Period End Date was extended from 11/30/25 to 12/07/25.
A 2 Joint Venture was awarded
Indefinite Delivery Contract N0042121D0009 (N00421-21-D-0009)
by
NAWC Aircraft Division
for Term Labor Support Services for Airborne Systems Integration Division
in December 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation Advanced Sensor System Development and Execution (ASSDE)
with a Small Business Total set aside
with
NAICS 541330 and
PSC AC33
via direct negotiation acquisition procedures with 4 bids received.
To date, $63,681,360 has been obligated through this vehicle with a potential value of all existing task orders of $65,000,657.
The total ceiling is $84,786,202, of which 19% has been used.
As of today, the IDC has a total reported backlog of $48,558,433 and funded backlog of $47,239,136.
DOD Announcements
Nov 2020:
A2 JV,* Lexington Park, Maryland, is awarded an $84,776,227 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides support services for the Airborne Systems Integration Division in the design, development and demonstration of sensor capabilities for a variety of platforms, manned and unmanned, airborne, shipborne, and fixed mobile ground stations for the Department of Defense and other government agencies. Work will be performed in Lexington Park, Maryland (44%); Saint Inigoes, Maryland (35%); Patuxent River, Maryland (15%); Bridgewater, Virginia (1%); California, Maryland (1%); Herndon, Virginia (1%); Huntsville, Alabama (1%); Warminster, Pennsylvania (1%); Hollywood, Maryland (0.5%); and Virginia Beach, Virginia (0.5%), and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0009).
Status
(Complete)
Modified 8/18/25
Period of Performance
12/7/20
Start Date
12/7/25
Ordering Period End Date
Task Order Obligations and Backlog
$16.4M
Total Obligated
$63.7M
Current Award
$65.0M
Potential Award
$47.2M
Funded Backlog
$48.6M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0042121D0009
$-
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 N0042121D0009
Subcontract Awards
Disclosed subcontracts for N0042121D0009
Opportunity Lifecycle
Procurement history for N0042121D0009
Transaction History
Modifications to N0042121D0009
People
Suggested agency contacts for N0042121D0009
Competition
Number of Bidders
4
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
MFDJXFKAQXE4
Awardee CAGE
8FP63
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
None Applicable
Awardee District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Steny Hoyer
Last Modified: 8/18/25