N6449820D0005
Indefinite Delivery Contract
Overview
Government Description
ENGINEERING/TECHNICAL SERVICES
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$33,613,206 (19% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia Beach, Virginia 23455 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
QED Systems was awarded
Indefinite Delivery Contract N6449820D0005 (N64498-20-D-0005)
by
NSWC Philadelphia Division
for Engineering/Technical Services
in March 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation Support for the Integration of Logistics Products
full & open
with
NAICS 541330 and
PSC R706
via direct negotiation acquisition procedures with 7 bids received.
To date, $7,428,961 has been obligated through this vehicle.
The total ceiling is $33,613,206, of which 19% has been used.
As of today, the IDC has a total reported backlog of $1,202,578 and funded backlog of $1,202,578.
The vehicle was awarded through NAVSEA Programmatic Support for the Integration of Logistics Products.
DOD Announcements
Mar 2020:
QED Systems Inc., Virginia Beach, Virginia (N64498-20-D-0005); Gryphon Technologies LC, Washington, District of Columbia (N64498-20-D-0006); McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-20-D-0007); and HII Fleet Support Group LLC, Virginia Beach, Virginia (N64498-20-D-0008), are awarded $49,497,614 for an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts for services related to technical, process and programmatic support for integrated logistics and technical documentation. Work locations will vary according to individual task orders; 25% of the work will be executed in Philadelphia, Pennsylvania; and 75% of work will be accomplished at contractor site locations to include Philadelphia, Pennsylvania; Norfolk, Virginia; San Diego, California; Marionette, Wisconsin; Kings Bay, Georgia; Port Hueneme, California; Corona, California; Honolulu, Hawaii; Bremerton, Washington; Mayport, Florida; Mechanicsburg, Pennsylvania; Yokosuka, Japan, Manama, Bahrain; Washington, District of Columbia, and other areas as directed. Work is expected to be completed by March 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $100,000 ($25,000 per task order) will be obligated at time of award via individual task orders and will expire at the end of the current fiscal year. These contracts are the result of a full and open competitive procurement via the Federal Business Opportunities website. Seven offers were received and in accordance with 10 U.S. Code 2304(a). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Status
(Complete)
Modified 7/12/23
Period of Performance
3/3/20
Start Date
3/3/25
Ordering Period End Date
Task Order Obligations and Backlog
$6.2M
Total Obligated
$7.4M
Current Award
$7.4M
Potential Award
$1.2M
Funded Backlog
$1.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6449820D0005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6449820D0005
$-
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 N6449820D0005
Subcontract Awards
Disclosed subcontracts for N6449820D0005
Opportunity Lifecycle
Procurement history for N6449820D0005
Transaction History
Modifications to N6449820D0005
People
Suggested agency contacts for N6449820D0005
Competition
Number of Bidders
7
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
N62LME8FBJL6
Awardee CAGE
7B572
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
gregory.kaiser@navy.mil
Last Modified By
gregory.kaiser@navy.mil
Approved By
gregory.kaiser@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Kiggans
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) | $1,707,341 | 64% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $712,160 | 26% |
Other Procurement, Navy (017-1810) | Department of Defense-Military | Advisory and assistance services (25.1) | $268,140 | 10% |
Last Modified: 7/12/23