N6449820D4023
Indefinite Delivery Contract
Overview
Government Description
MX5000RE-CORE-1
Awardee
Awarding / Funding Agency
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
$31,703,802 (80% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: New Hampshire 3766 United States.
Forecast Listed as the incumbent in contract forecast 543_Siemens RUGGEDCOM Hardware (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: Siemens RUGGEDCOM Equipment – NSWCPD, Division 54 (Code 543)
Amendment Since initial award the Vehicle Ceiling has decreased from $31,799,710 to $31,703,802.
Forecast Listed as the incumbent in contract forecast 543_Siemens RUGGEDCOM Hardware (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: Siemens RUGGEDCOM Equipment – NSWCPD, Division 54 (Code 543)
Amendment Since initial award the Vehicle Ceiling has decreased from $31,799,710 to $31,703,802.
Lyme Computer Systems was awarded
Indefinite Delivery Contract N6449820D4023 (N64498-20-D-4023)
by
NSWC Philadelphia Division
for Mx5000Re-Core-1
in July 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation Siemens/RuggedCom network switching equipment
with a Small Business Total set aside
with
NAICS 334210 and
PSC 5895
via direct negotiation acquisition procedures with 2 bids received.
To date, $25,206,572 has been obligated through this vehicle.
The total ceiling is $31,703,802, of which 80% has been used.
DOD Announcements
Jul 2020:
Lyme Computer Systems Inc.,* Lebanon, New Hampshire, is awarded a $31,819,843 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for commercial off-the-shelf industrial-grade networking hardware and components manufactured. Work will be performed at the contractor’s facility in Lebanon, New Hampshire. This requirement is to provide commercial off-the-shelf industrial-grade networking hardware and components manufactured by Siemens/RuggedCom. The networking equipment is used for installation on operational hulls across multiple ship classes, to include the USS Arleigh Burke (DDG-51); USS Ticonderoga (CG-47); USS Whidbey Island (LSD-41); USS Whidbey Island (LSD-49); USS Avenger (MCM-1); USS Wasp (LHD-1); USS Makin Island (LHD-8); USS San Antonio (LPD-17); USS Nimitz (CVN-68); and the USS Gerald R. Ford (CVN-78), as part of their hull, mechanical, electrical and navigation network infrastructures. Work is expected to be completed by July 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $1,016,509 ($500 minimum guarantee) will be obligated at time of award via individual delivery orders and will not expire at the end of the current fiscal year. The contract was competitively procured as a small-business set-aside via the beta.SAM.gov website and two offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4023).
Status
(Closed)
Modified 11/20/24
Period of Performance
7/6/20
Start Date
7/6/25
Ordering Period End Date
Task Order Obligations
$25.2M
Total Obligated
$25.2M
Current Award
$25.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6449820D4023
$-
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 N6449820D4023
Subcontract Awards
Disclosed subcontracts for N6449820D4023
Opportunity Lifecycle
Procurement history for N6449820D4023
Transaction History
Modifications to N6449820D4023
People
Suggested agency contacts for N6449820D4023
Competition
Number of Bidders
2
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
F1UZPBD1VBH9
Awardee CAGE
1BS14
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
francis.j.brady@navy.mil
Last Modified By
francis.j.brady@navy.mil
Approved By
francis.j.brady@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
NH-02
Senators
Jeanne Shaheen
Margaret Hassan
Margaret Hassan
Representative
Ann Kuster
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Supplies and materials (26.0) | $5,813,642 | 100% |
Last Modified: 11/20/24