N6449820D4031
Indefinite Delivery Contract
Overview
Government Description
ENGINEERING AND 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
$33,491,812 (30% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: New York, New York 10001 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%
Gibbs & Cox was awarded
Indefinite Delivery Contract N6449820D4031 (N64498-20-D-4031)
by
NSWC Philadelphia Division
for Engineering And Technical Services
in August 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation MOPV for SOPV Replacement Program
full & open
with
NAICS 541330 and
PSC R425
via direct negotiation acquisition procedures with 10 bids received.
To date, $11,522,252 has been obligated through this vehicle.
The total ceiling is $33,491,812, of which 30% has been used.
As of today, the IDC has a total reported backlog of $1,315,289 and funded backlog of $1,315,289.
The vehicle was awarded through NSWC Engineering and Installation Service Support .
DOD Announcements
Aug 2020:
Continental Tide Defense Systems Inc. (Tide),* Reading, Pennsylvania (N64498-20-D-4030); Gibbs & Cox Inc. (G&C), New York, New York (N64498-20-D-4031); McKean Defense Group LLC (McKean), Philadelphia, Pennsylvania (N64498-20-D-4032); NDI Engineering Co. (NDI),* Thorofare, New Jersey (N64498-20-D-4033); and Q.E.D. Systems Inc. (Q.E.D.), Virginia Beach, Virginia (N64498-20-R-4029), are each awarded indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contracts with firm-fixed-price task order provisions for a combined, not-to-exceed $165,092,379 to provide engineering, technical, logistics and program management services to perform the functions for Navy and Army surface ships, submarines, and assault craft. Functions include engineering, technical and logistics support for in-service ship systems and equipment, refurbishment and testing of electrical and electrical control equipment, program management, programmatic, engineering and implementation coordination support for equipment upgrades and ship modernization initiatives and direct fleet support for afloat units at the waterfront. Contractor support is required to provide the necessary technical expertise, technical personnel mix and support for all of these efforts. The contract awarded to Tide is not to exceed $31,764,960; the contract awarded to G&C is not to exceed $33,491,813; the contract awarded to McKean is not to exceed $31,531,799; the contract awarded to NDI is not to exceed $33,667,355; and the contract awarded to Q.E.D. is not to exceed $30,420,902. The contract awards listed above are not to exceed a program value and combined total of $34,636,452. Work will be completed at the contractors’ facilities (86%); and Philadelphia, Pennsylvania (14%). Work is expected to be completed by July 2026. Fiscal 2020 other procurement (Navy) (91%); and operations and maintenance (Navy) (9%) funding in the total amount of $500,000 ($100,000 minimum guarantee per contract) will be obligated at time of award via individual task orders, of which operations and maintenance (Navy) funding in the amount of $44,800 will expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition via the Federal Business Opportunities website, with 10 offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Status
(Complete)
Modified 6/30/23
Period of Performance
8/3/20
Start Date
8/10/25
Ordering Period End Date
Task Order Obligations and Backlog
$10.2M
Total Obligated
$11.5M
Current Award
$11.5M
Potential Award
$1.3M
Funded Backlog
$1.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6449820D4031
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6449820D4031
$-
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 N6449820D4031
Subcontract Awards
Disclosed subcontracts for N6449820D4031
Opportunity Lifecycle
Procurement history for N6449820D4031
Transaction History
Modifications to N6449820D4031
People
Suggested agency contacts for N6449820D4031
Competition
Number of Bidders
10
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
PH28MWD2R1J9
Awardee CAGE
24804
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
william.otormey@navy.mil
Last Modified By
william.otormey@navy.mil
Approved By
william.otormey@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
NY-10
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Dan Goldman
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Advisory and assistance services (25.1) | $300,000 | 100% |
Last Modified: 6/30/23