Search IDVs

N6449819D0001

Indefinite Delivery Contract

Overview

Government Description
SUBMARINE SAFETY (SUBSAFE) ENGINEERING AND TECHNICAL SERVICES
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$75,000,000
Vehicle Ceiling
$827,674,072 (14% Used)
Related Opportunity
N6449817R5019
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chesapeake, Virginia 23320 United States.
Forecast Listed as the incumbent in contract forecast SUBSAFE MAC.
Recompete The following similar solicitation(s) may continue aspects of this idv: US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
Amendment Since initial award the Ordering Period End Date was extended from 12/25/23 to 12/25/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Oceaneering International was awarded Indefinite Delivery Contract N6449819D0001 (N64498-19-D-0001) by NSWC Philadelphia Division for Submarine Safety (SUBSAFE) Engineering And Technical Services in December 2018. The IDC has a duration of 7 years and was awarded full & open with NAICS 541330 and PSC R425 via direct negotiation acquisition procedures with 4 bids received. To date, $119,083,973 has been obligated through this vehicle. The total ceiling is $827,674,072, of which 14% has been used. As of today, the IDC has a total reported backlog of $111,622 and funded backlog of $111,622.

DOD Announcements

Dec 2018: Oceaneering International Inc., Chesapeake, Virginia (N64498-19-D-0001); Huntington Ingalls Inc., Newport News, Virginia (N64498-19-D-0002); and General Dynamics Electric Boat, Groton, Connecticut (N64498-19-D-0003), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contracts with firm-fixed-priced ordering provisions for Submarine Safety (SUBSAFE) and Level I engineering and technical services in the amounts of $827,674,072; $874,341,811; and $1,110,350,671, respectively. This requirement is for management and technical services for the support installation, troubleshooting, repair, and maintenance of main and auxiliary weapons, as well as hull, mechanical and electrical  equipment for various Submarine, SUBSAFE and Level I Material work onboard SSN 21 Class (Seawolf Class); SSN 688 Class (Los Angeles Class); SSBN/SSGN 726 Class (Ohio Class); and SSN 774 Class (Virginia Class) submarines. These contracts will primarily support large submarine maintenance and modernization programs and/or critical-path ship changes/alterations that are accomplished in Navy Chief of Naval Operation availabilities, dry-dock selected restricted availabilities, engineered refueling overhauls, depot modernization periods, and continuous maintenance availabilities. Work is expected to be performed at Norfolk Naval Shipyard, Portsmouth, Virginia; Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii; Portsmouth Naval Shipyard, Portsmouth, New Hampshire; Puget Sound Naval Shipyard, Bremerton, Washington; and Naval Submarine Base King’s Bay, King’s Bay, Georgia.  The work under this contract will contain a five-year ordering period and is expected to be completed by December 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $300,000 ($100,000 per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This funding represents the guaranteed contract minimum for each contract award. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity.

Status
(Open)

Modified 1/22/25
Period of Performance
12/25/18
Start Date
12/25/25
Ordering Period End Date
99.0% Complete

Task Order Obligations and Backlog
$119.0M
Total Obligated
$119.1M
Current Award
$119.1M
Potential Award
100% Funded
$111.6K
Funded Backlog
$111.6K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6449819D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6449819D0001

$-

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 N6449819D0001

Subcontract Awards

Disclosed subcontracts for N6449819D0001

Transaction History

Modifications to N6449819D0001

People

Suggested agency contacts for N6449819D0001

Competition

Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
X6N2CNV552X7
Awardee CAGE
4J950
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
dustin.bordelon@navy.mil
Last Modified By
dustin.bordelon@navy.mil
Approved By
dustin.bordelon@navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Representative
Robert Scott

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of equipment (25.7) $7,880,297 100%
Last Modified: 1/22/25