N6426722D0114
Indefinite Delivery Contract
Overview
Government Description
INTELLIGENCE SUPPORT SERVICES
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$90,789,661 (83% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Maryland 20646 United States.
Sole Source This IDC was awarded sole source to FGS because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to FGS because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
FGS was awarded
Indefinite Delivery Contract N6426722D0114 (N64267-22-D-0114)
by
Naval Surface Warfare Centers
for Intelligence Support Services
in January 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation United States Marine Corps Intelligence Support Services
full & open
with
NAICS 541990 and
PSC R423
via sole source acquisition procedures with 1 bid received.
To date, $95,281,292 has been obligated through this vehicle.
The total ceiling is $90,789,661, of which 83% has been used.
As of today, the IDC has a total reported backlog of $19,567,830 and funded backlog of $19,567,830.
DOD Announcements
Jan 2022:
FGS, LLC, La Plata, Maryland, is awarded a $90,789,661 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract action for intelligence, surveillance, and reconnaissance enterprise support services for the Headquarters of the U.S. Marine Corps (HQMC) Intelligence Division. Work is expected to be performed in Camp Lejeune, North Carolina (20%); Quantico, Virginia (20%); Camp Pendleton, California (15%); Okinawa, Japan (15%); Arlington, Virginia (10%); Yuma, Arizona (10%); and Washington, D.C. (10%). The contract is structured with a five-year ordering period and contract line items for labor, other direct costs, and data. The five year ordering period is from Jan. 25, 2022, to Jan. 24, 2027. Work is expected to be completed by January 2027. Fiscal 2022 operation and maintenance (Marine Corps) funding in the amount of $204,781; and fiscal 2022 research, development, testing, and engineering funding in the amount of $11,597 will be obligated at time of award, of which $204,781 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Defense Federal Acquisition Regulation 6.302-1(a)(2). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426722D0114).
Status
(Open)
Modified 9/19/24
Period of Performance
1/24/22
Start Date
1/24/27
Ordering Period End Date
Task Order Obligations and Backlog
$75.7M
Total Obligated
$95.3M
Current Award
$95.3M
Potential Award
$19.6M
Funded Backlog
$19.6M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6426722D0114
$-
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 N6426722D0114
Subcontract Awards
Disclosed subcontracts for N6426722D0114
Opportunity Lifecycle
Procurement history for N6426722D0114
Transaction History
Modifications to N6426722D0114
People
Suggested agency contacts for N6426722D0114
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
L1ALMT43B1D7
Awardee CAGE
3YDS5
Agency Detail
Awarding Office
N64267 NAVAL SURFACE WARFARE CENTER
Funding Office
N64267 NAVAL SURFACE WARFARE CENTER
Created By
dwon.l.parker@navy.mil
Last Modified By
dwon.l.parker@navy.mil
Approved By
dwon.l.parker@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Steny Hoyer
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Advisory and assistance services (25.1) | $18,328,199 | 69% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $5,660,610 | 21% |
Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Other than full-time permanent (11.3) | $911,323 | 3% |
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Other goods and services from Federal sources (25.3) | $900,000 | 3% |
Procurement, Marine Corps (017-1109) | Department of Defense-Military | Advisory and assistance services (25.1) | $840,208 | 3% |
Last Modified: 9/19/24