N6339420D0002
Indefinite Delivery Contract
Overview
Government Description
KITS AND REPAIR PARTS FOR WEAPONS CONTROL SYSTEM
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
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
Vehicle Ceiling
$66,446,679 (86% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Aberdeen Proving Ground, Maryland 21005 United States.
Forecast Listed as the incumbent in contract forecast Tactical Tomahawk Weapons Control System (TTWWCS) Assemblies.
Recompete The following similar solicitation(s) may continue aspects of this idv: Tactical Tomahawk Weapons Control System (TTWCS)
Forecast Listed as the incumbent in contract forecast Tactical Tomahawk Weapons Control System (TTWWCS) Assemblies.
Recompete The following similar solicitation(s) may continue aspects of this idv: Tactical Tomahawk Weapons Control System (TTWCS)
ACE Electronics Defense Systems was awarded
Indefinite Delivery Contract N6339420D0002 (N63394-20-D-0002)
by
Naval Sea Systems Command
for Kits And Repair Parts For Weapons Control System
in January 2020.
The IDC
has a duration of 5 years 1 months and
was awarded
through solicitation AN/SWG-5(V)6 Tactical Tomahawk Weapon Control System Manufacturing
with a Small Business Total set aside
with
NAICS 334111 and
PSC 5342
via direct negotiation acquisition procedures with 1 bid received.
To date, $56,940,105 has been obligated through this vehicle.
The total ceiling is $66,446,679, of which 86% has been used.
As of today, the IDC has a total reported backlog of $538 and funded backlog of $538.
DOD Announcements
Jan 2020:
Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is awarded a $64,405,123 single-award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders for the production and delivery of manufacturing kits, spare parts and first article testing for the hardware component refresh of the Tactical Tomahawk Weapons Control System (AN/SWG-5(V)6). The AN/SWG-5(V)6 upgrade offers new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, addresses obsolescence risks and improves the operability and maintainability of the system hardware. This single-award, indefinite-delivery/indefinite-quantity contract has a five-year ordering period, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $64,405,123, with an ordering period to January 2025. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be complete by January 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $259,118 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-D-0002).
Dec 2020: DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N63394-21-D-0001); and VT Milcom Inc., Virginia Beach, Virginia (N63394-20-D-0002), are each awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to sustain the Technical Insertion 2016 equipment. The maximum dollar value for both contracts combined is $211,588,719. DRS Laurel Technologies Inc. is awarded a maximum value contract of $211,588,719. VT Milcom Inc. is awarded a maximum value contract of $188,428,823. This contract will provide for the manufacture, assembly, and testing of Technical Insertion 2016 equipment spares; associated engineering services, procurement, and harvesting; and installation of ordinance alteration kits and related products. Work will be performed in Dahlgren, Virginia (10%); Norfolk, Virginia (10%); Pascagoula, Mississippi (10%); Port Hueneme, California (10%); San Diego, California (10%); Virginia Beach, Virginia (10%); Wallops Island, Virginia (10%); Everett, Washington (5%); Honolulu, Hawaii (5%); Kauai, Hawaii (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); and Yokosuka, Japan (5%), and is expected to be completed by December 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 ($5,000 per contract) will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. All other funding will be made available at the order level as contracting actions occur. This contract was competitively procured via beta.sam.gov with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.
Dec 2020: DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N63394-21-D-0001); and VT Milcom Inc., Virginia Beach, Virginia (N63394-20-D-0002), are each awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to sustain the Technical Insertion 2016 equipment. The maximum dollar value for both contracts combined is $211,588,719. DRS Laurel Technologies Inc. is awarded a maximum value contract of $211,588,719. VT Milcom Inc. is awarded a maximum value contract of $188,428,823. This contract will provide for the manufacture, assembly, and testing of Technical Insertion 2016 equipment spares; associated engineering services, procurement, and harvesting; and installation of ordinance alteration kits and related products. Work will be performed in Dahlgren, Virginia (10%); Norfolk, Virginia (10%); Pascagoula, Mississippi (10%); Port Hueneme, California (10%); San Diego, California (10%); Virginia Beach, Virginia (10%); Wallops Island, Virginia (10%); Everett, Washington (5%); Honolulu, Hawaii (5%); Kauai, Hawaii (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); and Yokosuka, Japan (5%), and is expected to be completed by December 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 ($5,000 per contract) will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. All other funding will be made available at the order level as contracting actions occur. This contract was competitively procured via beta.sam.gov with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.
Status
(Complete)
Modified 9/30/24
Period of Performance
1/16/20
Start Date
2/16/25
Ordering Period End Date
Task Order Obligations and Backlog
$56.9M
Total Obligated
$56.9M
Current Award
$56.9M
Potential Award
$537.6
Funded Backlog
$537.6
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6339420D0002
$-
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 N6339420D0002
Subcontract Awards
Disclosed subcontracts for N6339420D0002
Opportunity Lifecycle
Procurement history for N6339420D0002
Transaction History
Modifications to N6339420D0002
People
Suggested agency contacts for N6339420D0002
Competition
Number of Bidders
1
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
XDL4P26A24R4
Awardee CAGE
5TWH2
Agency Detail
Awarding Office
N63394 COMMANDING OFFICER
Funding Office
N63394 COMMANDING OFFICER
Created By
keith.garascia@navy.mil
Last Modified By
keith.garascia@navy.mil
Approved By
keith.garascia@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
MD-01
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Andy Harris
Last Modified: 9/30/24