N6523621D4800
Indefinite Delivery Contract
Overview
Government Description
ATC ENGINEERING AND TECHNICAL SUPPORT
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$400,000,000
Vehicle Ceiling
$400,000,000 (9% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hanahan, South Carolina 29410 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%
Booz Allen Hamilton was awarded
Indefinite Delivery Contract N6523621D4800 (N65236-21-D-4800)
by
Naval Information Warfare Systems Command
for Atc Engineering And Technical Support
in May 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation Air Traffic Control Engineering, Technical, and Operational Total System Delivery Support
full & open
with
NAICS 541330 and
PSC L059
via direct negotiation acquisition procedures with 5 bids received.
To date, $47,009,918 has been obligated through this vehicle with a potential value of all existing task orders of $71,236,798.
The total ceiling is $400,000,000, of which 9% has been used.
As of today, the IDC has a total reported backlog of $34,189,878 and funded backlog of $9,962,998.
The vehicle was awarded through Air Traffic Control (ATC) Engineering, Technical, and Operational Support.
DOD Announcements
May 2021:
Booz Allen Hamilton Inc., McLean, Virginia (N6523621D4800); CSSI Inc., Washington, D.C. (N6523621D4801); DIGITALiBiz Inc., Rockville, Maryland (N6523621D4802); Serco Inc., Herndon, Virginia (N6523621D4803); and Scientific Research Corp., Atlanta, Georgia (N6523621D4804), are awarded a cumulative $279,803,380 multiple award, indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. The contracts are for engineering support services and supplies for the conception, design, development and delivery of integrated systems, networks and supporting infrastructure on a non-emergent basis along with the corresponding engineering, technical, and management support services and equipment for air traffic control, meteorology and oceanography, and aviation command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance electronic systems. These contracts include a single five-year ordering period with an estimated cumulative value of $279,803,380. These contracts also include a two-year option ordering period. The option period, if exercised, would bring the cumulative value of these contracts to an estimated $400,000,000. Fiscal 2021 working capital (Navy) funds in the amount of $25,000 ($5,000 per awardee) will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Charleston, South Carolina (77%); and San Diego, California (23%). Work is expected to be completed by May 2028. If options are exercised, work could continue until May 2030. The contracts were competitively procured by full and open competition via the Naval Information Warfare Systems Command - Electronic Commerce Central website and the beta.sam.gov website, with five offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Status
(Open)
Modified 1/6/25
Period of Performance
5/27/21
Start Date
5/28/26
Ordering Period End Date
Task Order Obligations and Backlog
$37.0M
Total Obligated
$47.0M
Current Award
$71.2M
Potential Award
$10.0M
Funded Backlog
$34.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6523621D4800
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6523621D4800
$-
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 N6523621D4800
Subcontract Awards
Disclosed subcontracts for N6523621D4800
Opportunity Lifecycle
Procurement history for N6523621D4800
Transaction History
Modifications to N6523621D4800
People
Suggested agency contacts for N6523621D4800
Competition
Number of Bidders
5
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
JCBMLGPE6Z71
Awardee CAGE
17038
Agency Detail
Awarding Office
N65236 NIWC ATLANTIC
Funding Office
N65236 NIWC ATLANTIC
Created By
elizabeth.norris@navy.mil
Last Modified By
elizabeth.norris@navy.mil
Approved By
elizabeth.norris@navy.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $4,980,274 | 100% |
Last Modified: 1/6/25