N6133125D0005
Indefinite Delivery Contract
Overview
Government Description
JEXC2 fos technical data center post OTA full-rate production IDIQ provides production and lifecycle support for the tactical shore, afloat, and expeditionary C4I Tactical Data Center (TDC) command and control (C2) as part of the joint expeditionary command and control family of systems (JEXC2 FOS). The TDC supports the Navy's application arsenal goals by enabling rapid delivery of new capabilities and software updates to the fleet. The TDC architecture allows for on-demand applications, continuous cyber compliance, and remote administration of deployed systems, and assists JEXC2 systems with transition to production and integration for usage at scale by fleet users across the JEXC2 fos.
Awardee
Awarding / Funding Agency
NAICS
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$74,274,673 (6% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Panama City Beach, Florida 32407 United States.
Sole Source This IDC was awarded sole source to Ispa Technology because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to Ispa Technology because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ispa Technology was awarded
Indefinite Delivery Contract N6133125D0005 (N61331-25-D-0005)
by
Naval Surface Warfare Centers
for JEXC2 FoS Technical Data Center (TDC) Full-Rate Production IDIQ
in September 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Solicitation for Technical Data Center (TDC), Award, ISPA Technology LLC
full & open
with
NAICS 334220 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $9,095,348 has been obligated through this vehicle.
The total ceiling is $74,274,673, of which 6% has been used.
As of today, the IDC has a total reported backlog of $4,499,141 and funded backlog of $4,499,141.
DOD Announcements
Sep 2025:
ISPA Technology LLC,* Lithia, Florida, is awarded a $74,274,672 indefinite-delivery/indefinite-quantity contract for the production and lifecycle support for the Tactical Shore, Afloat, and Expeditionary C4I Tactical Data Center (TDC) Command and Control (C2) as part of the Joint Expeditionary Command and Command Control Family of Systems (JEXC2 FoS). The TDC C2 capability is designed to align with the Navy's Application Arsenal goals to speed the delivery of new capabilities and software updates to the fleet. TDC architecture creates the ability for on-demand applications, continuous cyber compliance, and remote administration of deployed systems. Additionally, this requirement will assist JEXC2 systems with the transition to production and integration for usage at scale by Fleet users across the JEXC2 FoS. This contract includes option periods which, if exercised, would bring the cumulative value of this contract to $74,274,672. Work will be performed in Panama City, Florida, and is expected to be completed by August 2030. If all options are exercised, work will continue through August 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $1,000,000 will be obligated at time of award of the first delivery order and will expire at the end of the current fiscal year. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 4022(f)(2)(A)(B) and Defense Federal Acquisition Regulation Supplement 206.001-70 Exception for prototype projects for follow-on production contracts. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity (N61331-25-D-0005).
Status
(Open)
Modified 1/14/26
Period of Performance
9/8/25
Start Date
9/8/30
Ordering Period End Date
Task Order Obligations and Backlog
$4.6M
Total Obligated
$9.1M
Current Award
$9.1M
Potential Award
$4.5M
Funded Backlog
$4.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6133125D0005
$-
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 N6133125D0005
Subcontract Awards
Disclosed subcontracts for N6133125D0005
Opportunity Lifecycle
Procurement history for N6133125D0005
Transaction History
Modifications to N6133125D0005
People
Suggested agency contacts for N6133125D0005
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
XGD4KR3RMXQ6
Awardee CAGE
3GAJ4
Agency Detail
Awarding Office
N61331 NAVAL SURFACE WARFARE CENTER
Funding Office
N61331 NAVAL SURFACE WARFARE CENTER
Created By
tommy.bushman1@navy.mil
Last Modified By
tommy.bushman1@navy.mil
Approved By
tommy.bushman1@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
FL-16
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Vern Buchanan
Last Modified: 1/14/26