Search IDVs

N6426725D1004

Indefinite Delivery Contract

Overview

Government Description
OPTICAL COMPARATOR SYSTEM
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
$12,528,703 (3% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Rochester, New York 14621 United States.
Quality Vision International was awarded Indefinite Delivery Contract N6426725D1004 (N64267-25-D-1004) by Naval Surface Warfare Centers for Optical Comparator System in May 2025. The IDC has a duration of 5 years and was awarded through solicitation Optical Comparator Systems with a Small Business Total set aside with NAICS 334519 and PSC 6650 via direct negotiation acquisition procedures with 1 bid received. To date, $337,020 has been obligated through this vehicle. The total ceiling is $12,528,703, of which 3% has been used.

DOD Announcements

May 2025: Quality Vision International Inc.,* doing business as Optical Gaging Products, Rochester, New York, is awarded a $12,528,703 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for optical comparator systems in support of the Naval Sea Systems Command Metrology and Calibration program. The Optical Comparator Systems are used to calibrate thread ring gages, thread setting plugs, thread plug gages, and screw thread micrometers among other test and measurement diagnostic equipment. Work will be performed in Rochester, New York, and is expected to be completed by May 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $337,020 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426725D1004).

Status
(Open)

Modified 5/20/25
Period of Performance
5/19/25
Start Date
5/19/30
Ordering Period End Date
5.0% Complete

Task Order Obligations
$337.0K
Total Obligated
$337.0K
Current Award
$337.0K
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N6426725D1004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6426725D1004

$-

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 N6426725D1004

Subcontract Awards

Disclosed subcontracts for N6426725D1004

Opportunity Lifecycle

Procurement history for N6426725D1004

Transaction History

Modifications to N6426725D1004

People

Suggested agency contacts for N6426725D1004

Competition

Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
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
LQ1YU896SH17
Awardee CAGE
3GZ10
Agency Detail
Awarding Office
N64267 NAVAL SURFACE WARFARE CENTER
Funding Office
N64267 NAVAL SURFACE WARFARE CENTER
Created By
robert.soto2@navy.mil
Last Modified By
marcella.webber@navy.mil
Approved By
marcella.webber@navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
NY-25
Senators
Kirsten Gillibrand
Charles Schumer
Representative
Joseph Morelle
Last Modified: 5/20/25