Search IDVs

N0042122D0086

Indefinite Delivery Contract

Overview

Government Description
Logistics Support Services
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$600,000,000 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Patuxent River, Maryland 20670 United States.
Predecessor This appears to be a continuation of a prior contract N0042117D0029.
Synectic Solutions was awarded Indefinite Delivery Contract N0042122D0086 (N00421-22-D-0086) by NAWC Aircraft Division in May 2022. The IDC has a duration of 8 years and was awarded through solicitation NAVAIR Sustainment Group (NSG) Product Support Management/Integration (PSMI) MAC with a Small Business Total set aside with NAICS 541330 and PSC R706 via direct negotiation acquisition procedures with 18 bids received. To date, $17,583,476 has been obligated through this vehicle with a potential value of all existing task orders of $46,133,635. The total ceiling is $600,000,000, of which 2% has been used. As of today, the IDC has a total reported backlog of $32,189,442 and funded backlog of $3,639,283. The vehicle was awarded through NAVAIR Sustainment Group (NSG) Product Support Management/Integration (PSMI) MAC.

DOD Announcements

May 2022: Aery Aviation LLC,* Newport News, Virginia (N0042122D0074); ASR International Corp.,* Hauppauge, New York (N0042122D0075); Attollo LLC,* Cumberland, Rhode Island (N0042122D0076); Bowhead Mission Solutions LLC,* Springfield, Virginia (N0042122D0077); Cherokee Nation Red Wing LLC,* Tulsa, Oklahoma (N0042122D0078); Eagle Systems Inc.,* California, Maryland (N0042122D0079); Engineering Solutions and Technology Applications – Odyssey LLC,* Chula Vista, California (N0042122D0080); First Division Consulting Inc.,* Burke, Virginia (N0042122D0081); LTM Inc.,* Havelock, North Carolina (N0042122D0082); Matanzas Engineering and Technology LLC,* St. Augustine, Florida (N0042122D0083); Naval Systems Inc.,* Lexington Park, Maryland (N0042122D0084); Sierra Management and Technologies Inc.,* California, Maryland (N0042122D0085); Synectic Solutions Inc.,* Oxnard, California (N0042122D0086); Tekla Research Inc.,* Fredericksburg, Virginia (N0042122D0087); The Lockwood Group LLC,* Belcamp, Maryland (N0042122D0088); Tri Star Engineering Inc.,* Bloomington, Indiana (N0042122D0089); VectorCSP LLC,* Elizabeth City, North Carolina (N0042122D0090); and Velocit.e LLC,* California, Maryland (N0042122D0091), are awarded a cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for this contract is $346,526,131, with the companies having an opportunity to compete for individual orders. This contract provides product support management integration support, to include program management and logistics support services for the acquisition and life cycle sustainment of specified weapons systems, system of systems, sub-systems, and support equipment for multiple Naval Air Systems Command (NAVAIR) program offices, Echelon III /IV commands, and NAVAIR Sustainment Group departments. Work will be performed in Patuxent River, Maryland (80%); and various locations within the continental U.S. (20%), and is expected to be completed in May 2027. 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, as a small business set aside, via an electronic request for proposal; 18 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Status
(Open)

Modified 5/30/25
Period of Performance
5/1/22
Start Date
5/1/30
Ordering Period End Date
48.0% Complete

Task Order Obligations and Backlog
$13.9M
Total Obligated
$17.6M
Current Award
$46.1M
Potential Award
30% Funded
$3.6M
Funded Backlog
$32.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0042122D0086

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0042122D0086

$-

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 N0042122D0086

Subcontract Awards

Disclosed subcontracts for N0042122D0086

Opportunity Lifecycle

Procurement history for N0042122D0086

Transaction History

Modifications to N0042122D0086

People

Suggested agency contacts for N0042122D0086

Competition

Number of Bidders
18
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
DLWCLM63SXM7
Awardee CAGE
09WL9
Agency Detail
Awarding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Funding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Created By
stacey.stone@navy.mil
Last Modified By
stacey.stone@navy.mil
Approved By
stacey.stone@navy.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
CA-26
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Julia Brownley
Last Modified: 5/30/25