Search IDVs

N6449816D0013

Indefinite Delivery Contract

Overview

Government Description
IGF::CT::IGF PRODUCT IMPROVEMENT PROGRAM (PIP) ENGINEERING AND TECHNICAL SERVICES
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$11,707,774 (46% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Walpole, Massachusetts 2081 United States.
Sole Source This IDC was awarded sole source to Rolls-Royce Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Rolls-Royce Corporation was awarded Indefinite Delivery Contract N6449816D0013 (N64498-16-D-0013) by NSWC Philadelphia Division for Igf::Ct::Igf Product Improvement Program (PIP) Engineering And Technical Services in September 2016. The IDC has a duration of 5 years and was awarded through solicitation Engineering and Technical Services to Maintain the Product Improvement Program (PIP) with Rolls- Royce Marine North America. full & open with NAICS 541330 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $6,255,591 has been obligated through this vehicle. The total ceiling is $11,707,774, of which 46% has been used. As of today, the IDC has a total reported backlog of $918,849 and funded backlog of $918,849.

DOD Announcements

Sep 2016: Rolls Royce Marine North America (RRMNA), Walpole, Massachusetts, is being awarded an $11,448,116 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the engineering services related to the Product Improvement Program (PIP) for a period of performance of five years. The PIP is necessary to maintain adequate and effective operational readiness, safety, and mission effectiveness of RRMNA systems.  New technologies and system designs are developed which will accomplish one or more of the following objectives: resolve service-revealed deficiencies; reduce maintenance costs; improve engine reliability/maintainability; and, improve system efficiency and performance.  Major functions that Rolls Royce shall perform include investigative engineering, product improvements, support of government testing, PIP review, and fleet and depot support.  Work will be performed at repair depots in California, Texas, Canada, and Washington, District of Columbia, as required, and is expected to be completed by September 2021. Travel may also be required to other Navy facilities located in or out of the continental U.S.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $100,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  Additional fiscal 2016 operations and maintenance (Navy) funding in the amount of $181,336 will subsequently be added to the contract before 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.  The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-16-D-0013).

Status
(Complete)

Modified 10/6/25
Period of Performance
9/14/16
Start Date
9/14/21
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$5.3M
Total Obligated
$6.3M
Current Award
$6.3M
Potential Award
85% Funded
$918.8K
Funded Backlog
$918.8K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6449816D0013

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6449816D0013

$-

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 N6449816D0013

Subcontract Awards

Disclosed subcontracts for N6449816D0013

Opportunity Lifecycle

Procurement history for N6449816D0013

Transaction History

Modifications to N6449816D0013

People

Suggested agency contacts for N6449816D0013

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
KHK8QYLFGLU1
Awardee CAGE
63005
Agency Detail
Awarding Office
S4306A DCMA NAVAL SPECIAL EMPHASIS OPS
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
anna.m.kirtley.civ@mail.mil
Last Modified By
anna.m.kirtley.civ@mail.mil
Approved By
anna.m.kirtley.civ@mail.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
IN-07
Senators
Todd Young
Mike Braun
Representative
André Carson

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Advisory and assistance services (25.1) $634,142 59%
Shipbuilding and Conversion, Navy (017-1611) Department of Defense-Military Advisory and assistance services (25.1) $445,931 41%
Last Modified: 10/6/25