N0042124D0002
Indefinite Delivery Contract
Overview
Government Description
Labor in support of SOW/PWS - term. This award provides comprehensive Mission Systems Engineering (MSE) services for the Ship & Air Integrated Warfare (SAIW) division, including C6ISR systems engineering, integration, and logistics support for new and existing shipboard, surface, ground-based, and airborne mission systems. Tasks include requirements definition, rapid design engineering, development, customization, manufacturing, fabrication, integration, test and evaluation, Installation, Certification, Maintenance, Upgrades, Logistics Support, Software Development, And in-Service Engineering Agent (ISEA) activities. Work is performed primarily at st. Inigoes, MD, with some tasks at contractor facilities within 50 miles of wolf.
Awardee
Awarding / Funding Agency
PSC
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
$64,050,481 (55% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Saint Inigoes, Maryland 20684 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
The Mil Corporation was awarded
Indefinite Delivery Contract N0042124D0002 (N00421-24-D-0002)
by
NAWC Aircraft Division
for Mission Systems Engineering (MSE) Labor Support
in February 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation NAWCAD WOLF, N00421-23-R-0004, MISSION SYSTEMS ENGINEERING (MSE)
full & open
with
NAICS 541330 and
PSC AC13
via direct negotiation acquisition procedures with 2 bids received.
To date, $52,987,249 has been obligated through this vehicle with a potential value of all existing task orders of $57,541,690.
The total ceiling is $64,050,481, of which 55% has been used.
As of today, the IDC has a total reported backlog of $22,099,002 and funded backlog of $17,544,561.
DOD Announcements
Nov 2023:
CRL Technologies Inc.,* Alexandria, Virginia, is awarded a $247,671,680 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides lead systems integrator support, including engineering, technical, prototyping, and project management, for a wide variety of Navy programs and platforms, including new systems and upgrading existing systems within the manned and unmanned aircraft inventory, in support of the Naval Air Warfare Center (NAWCAD) AIRWorks Office. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2028. 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; two offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042124D0005).
The MIL Corp., Bowie, Maryland, is awarded a $64,050,482 cost-plus-fixed fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides command, control, communications, computers, cyber, combat systems, intelligence, surveillance, and reconnaissance systems engineering, integration, in-service engineering agent and logistics support for new and/or existing shipboard, surface, ground-based, and airborne mission systems for the Department of Defense, Department of Homeland Security and Defense Intelligence Agency requirements in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field, Ship and Air Integrated Warfare Division programs. Work will be performed at St. Inigoes, Maryland, and is expected to be completed in February 2029. 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; two offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124D0002).
The MIL Corp., Bowie, Maryland, is awarded a $64,050,482 cost-plus-fixed fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides command, control, communications, computers, cyber, combat systems, intelligence, surveillance, and reconnaissance systems engineering, integration, in-service engineering agent and logistics support for new and/or existing shipboard, surface, ground-based, and airborne mission systems for the Department of Defense, Department of Homeland Security and Defense Intelligence Agency requirements in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field, Ship and Air Integrated Warfare Division programs. Work will be performed at St. Inigoes, Maryland, and is expected to be completed in February 2029. 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; two offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124D0002).
Status
(Open)
Modified 10/20/25
Period of Performance
2/14/24
Start Date
2/14/29
Ordering Period End Date
Task Order Obligations and Backlog
$35.4M
Total Obligated
$53.0M
Current Award
$57.5M
Potential Award
$17.5M
Funded Backlog
$22.1M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0042124D0002
$-
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 N0042124D0002
Subcontract Awards
Disclosed subcontracts for N0042124D0002
Opportunity Lifecycle
Procurement history for N0042124D0002
Transaction History
Modifications to N0042124D0002
People
Suggested agency contacts for N0042124D0002
Competition
Number of Bidders
2
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
SWBHKZS9SNT6
Awardee CAGE
0CA21
Agency Detail
Awarding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Funding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Created By
amy.g.davis@navy.mil
Last Modified By
amy.g.davis@navy.mil
Approved By
amy.g.davis@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Steny Hoyer
Last Modified: 10/20/25