N6449821D0010
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
Individual Order Limit
$35,721,880
Vehicle Ceiling
$35,721,880 (31% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Philadelphia, Pennsylvania 19112 United States.
Life Cycle Engineering was awarded
Indefinite Delivery Contract N6449821D0010 (N64498-21-D-0010)
by
NSWC Philadelphia Division
for Engineering/Technical Services
in July 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation Acquisition Programs Support
full & open
with
NAICS 541330 and
PSC R425
via direct negotiation acquisition procedures with 6 bids received.
To date, $11,693,652 has been obligated through this vehicle.
The total ceiling is $35,721,880, of which 31% has been used.
As of today, the IDC has a total reported backlog of $712,374 and funded backlog of $712,374.
The vehicle was awarded through NSWCPD Acquisition Programs Support.
DOD Announcements
Jul 2021:
Serco Inc., Herndon, Virginia (N64498-21-D-0007); CACI International Inc., Norfolk, Virginia (N64498-21-D-0008); Gryphon Technologies LC, Washington, D.C. (N64498-21-D-0009); Life Cycle Engineering, Inc.,* Charleston, South Carolina (N64498-21-D-0010); McKean Defense Group LLC,* Philadelphia, Pennsylvania (N64498-21-D-0011); and Reliability & Performance Technologies LLC,* Dublin, Pennsylvania (N64498-21-D-0012), are each awarded a cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the procurement of engineering and technical services program management, and information technology support services for Navy surface ship programs including DDG-51, DDG-1000, LCS, LPD, LX(R), LHA(R), Landing Crafts, Military Sealift Command, Coast Guard, International Program (Foreign Naval program initiatives) and test sites for the Naval Surface Warfare Center Philadelphia Division. The maximum combined value of all six contracts is $218,593,779. Serco is awarded a maximum value $39,541,849; CACI is awarded a maximum value $35,777,234; Gryphon is awarded a maximum value $38,839,253; LCE is awarded a maximum value $35,721,880; McKean is awarded a maximum value $32,866,855; and R&P is awarded a maximum value $35,846,708. Each awardee will be awarded $100,000 (minimum contract guarantee per awardee) at time of contract award. Fiscal 2021 other procurement (Navy) funds in the amount of $300,000 (50%); 2021 shipbuilding and conversion (Navy) funds in the amount of $200,000 (33%); and 2021 operation and maintenance (Navy) funds in the amount of $100,000 (17%) will be obligated at time of award, of which $100,000 will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. Work will be performed in Philadelphia, Pennsylvania (34%); Washington, D.C. (28%); Norfolk, Virginia (12%); Mayport, Florida (10%); San Diego, California (10%); and Bath, Maine (6%). The contracts are expected to be completed by February 2026. These contracts were competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Status
(Open)
Modified 6/20/25
Period of Performance
7/18/21
Start Date
7/18/26
Ordering Period End Date
Task Order Obligations and Backlog
$11.0M
Total Obligated
$11.7M
Current Award
$11.7M
Potential Award
$712.4K
Funded Backlog
$712.4K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6449821D0010
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6449821D0010
$-
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 N6449821D0010
Subcontract Awards
Disclosed subcontracts for N6449821D0010
Opportunity Lifecycle
Procurement history for N6449821D0010
Transaction History
Modifications to N6449821D0010
People
Suggested agency contacts for N6449821D0010
Competition
Number of Bidders
6
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
S95EAVECVJA7
Awardee CAGE
2P842
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
anthony.ricciardi@navy.mil
Last Modified By
thomas.evans.n64498@sa1700.sea.nswcpld
Approved By
anthony.ricciardi@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
SC-06
Senators
Lindsey Graham
Tim Scott
Tim Scott
Representative
James Clyburn
Last Modified: 6/20/25