Search IDVs

N6523621D4800

Indefinite Delivery Contract

Overview

Government Description
ATC ENGINEERING AND TECHNICAL SUPPORT
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)
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%
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
88.0% Complete

Task Order Obligations and Backlog
$37.0M
Total Obligated
$47.0M
Current Award
$71.2M
Potential Award
52% Funded
$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

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


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
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