N6554015D0005
Indefinite Delivery Contract
Overview
Government Description
IGF::CT::IGF; BLUE COLLAR SHIPBOARD SUPPORT SERVICES
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
$636,000,000 (20% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Philadelphia, Pennsylvania 19112 United States.
Amendment Since initial award the Ordering Period End Date was extended from 09/13/17 to 05/31/21.
Subcontracting Plan This IDC has a Subcontracting Plan (without incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 09/13/17 to 05/31/21.
Subcontracting Plan This IDC has a Subcontracting Plan (without incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
General Dynamics Information Technology was awarded
Indefinite Delivery Contract N6554015D0005 (N65540-15-D-0005)
by
NSWC Philadelphia Division
for Igf::Ct::Igf; Blue Collar Shipboard Support Services
in March 2015.
The IDC
has a duration of 6 years 2 months and
was awarded
through solicitation Engineering and Support Services in support of upgrading, repair, maintenance of Hull, Mechanical and Electrical (HM&E) systems for Navy Modernization Programs.
full & open
with
NAICS 336611 and
PSC R425
via direct negotiation acquisition procedures with 7 bids received.
To date, $138,825,083 has been obligated through this vehicle with a potential value of all existing task orders of $151,369,048.
The total ceiling is $636,000,000, of which 20% has been used.
As of today, the IDC has a total reported backlog of $21,773,070 and funded backlog of $9,229,104.
DOD Announcements
Mar 2015:
Delphinus Engineering Inc., Eddystone, Pennsylvania (N65540-15-D-0004); General Dynamics Information Technology Inc., Chesapeake, Virginia (N65540-15-D-0005); Q.E.D. Systems Inc., Virginia Beach, Virginia (N65540-15-D-0006); AMSEC LLC, Virginia Beach, Virginia (N65540-15-D-0007); BAE Systems Inc., Norfolk, Virginia (N65540-15-D-0008); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N65540-15-D-0009); and L3 Unidyne Inc., Norfolk, Virginia (N65540-15-D-0010), are each being awarded multiple award indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts, with an estimated ceiling amount of $90,687,638 for Delphinus Engineering Inc.; $89,860,189 for General Dynamics Information Technology Inc.; $87,002,697 for Q.E.D. Systems Inc.; $83,037,863 for AMSEC LLC; $94,497,395 for BAE Systems Inc.; $94,646,444 for Epsilon Systems Solutions Inc.; and $96,342,264 for L3 Unidyne to provide engineering and technical services in support of the Navy Modernization Program which provides installation and technical services for hull, mechanical and electrical systems on U.S. Navy vessels and those of allied navies. The mission of the Navy Modernization Program is to provide hull, mechanical and electrical services and deploying technologies which improve availability, increase reliability, ship mission readiness, and decrease maintenance and workload requirements for machinery systems and components. This contract combines purchases for the U.S. Navy (95 percent) and the government of Poland (5 percent). Foreign military sales to Greece, Australia and Taiwan, are also possible under future options. Work will be performed in various fleet homeports and work is expected to be completed in March 2018. No contract funds will be obligated at the time of award under the base contract. Contract funds will be awarded on a task order basis. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity.
Jan 2016: AMSEC LLC, Virginia Beach, Virginia (N65540-15-D-0007); Delphinus Engineering Inc., Eddystone, Pennsylvania (N65540-15-D-0004); Q.E.D. Systems Inc., Virginia Beach, Virginia (N65540-15-D-0006); General Dynamics Information Technology Inc., Chesapeake, Virginia (N65540-15-D-0005); BAE Systems Inc., San Diego, California (N65540-15-D-0008); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N65540-15-D-0009); and L3 Unidyne Inc., Norfolk, Virginia (N65540-15-D-0010), are being awarded a multi-contract modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to exercise option year one to provide continuing engineering and technical services in support of the Navy Modernization Program, which provides installation and technical services for hull, mechanical and electrical systems on U.S. Naval vessels. The ceiling dollar value for option year one for each company is: L3 Unidyne: $18,787,064; Epsilon Systems Solutions Inc.: $17,837,830; BAE Systems Inc.: $17,756,331; Delphinus Engineering Inc.: $16,155,225; General Dynamics Information Technology Inc.: $15,714,308; Q.E.D. Systems Inc.: $15,123,826; and AMSEC LLC: $14, 203,234. Work will be performed at various Navy locations, and is expected to be complete by January 2017. No funds are being obligated at the time of award; this contracting action merely establishes a potential ceiling value for option year one. Funds are obligated on individual task orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Aug 2016: L3 Unidyne Inc., Norfolk, Virginia (N65540-15-D-0010); BAE Systems Inc., San Diego, California (N65540-15-D-0008); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N65540-15-D-0009); Delphinus Engineering Inc., Eddystone, Pennsylvania (N65540-15-D-0004); General Dynamics Information Technology Inc., Chesapeake, Virginia (N65540-15-D-0005); Q.E.D. Systems Inc., Virginia Beach, Virginia (N65540-15-D-0006); and AMSEC LLC, Virginia Beach, Virginia (N65540-15-D-0007), are being awarded a modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to exercise the second-year option. The total value of all delivery orders issued for all contracts, when combined, shall not exceed $117,296,713. The option will provide continuing engineering and technical services in support of the Navy Modernization Program, which provides installation and technical services for hull, mechanical and electrical systems on U.S. Naval vessels. The work will be performed at contractor facilities and on naval vessels and is expected to be completed by March 2018. No funds are being obligated at the time of award. Funds will be obligated as individual orders are issued. The Naval Surface Warfare Center, Philadelphia, Pennsylvania, is the contracting activity.
Sep 2016: Oceaneering International Inc., Chesapeake, Virginia (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Connecticut (N65540-15-D-0005), are each being awarded a cost-plus-fixed-fee modification to previously awarded contracts to exercise the fourth-year options. The increased contract dollar value for option year four for both contracts is as follows: Oceaneering International Inc. (N65540-13-D-0003/Modification P00013) -- $38,097,870; and General Dynamics Electric Boat Corp. (N65540-15-D-0005/Modification P00007) -- $48,478,009. Invocation of the final option is to provide continuing engineering and technical services in support of the submarine safety program, and Level I material work onboard SSN 21 class (Seawolf class), SSN 688 class (Los Angeles class), SSBN/SSGN 726 class (Ohio class), SSN 774 Class (Virginia class) submarines, and foreign national submarines. This contract provides technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical, and electrical equipment. Work will be performed at naval shipyards in Norfolk, Virginia; Puget Sound, Washington; and Pearl Harbor, Hawaii, and is expected to be completed by February 2018. No funds are guaranteed by the award of this modification contract; this contracting action merely establishes a potential ceiling value. Funds are obligated on individual delivery orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Sep 2016: Oceaneering International Inc., Chesapeake, Virginia (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Connecticut (N65540-15-D-0005), are each being awarded a cost-plus-fixed-fee modification to previously awarded contracts to exercise the fourth-year options. The increased contract dollar value for option year four for both contracts is as follows: Oceaneering International Inc. (N65540-13-D-0003/Modification P00013) -- $38,097,870; and General Dynamics Electric Boat Corp. (N65540-15-D-0005/Modification P00007) -- $48,478,009. Invocation of the final option is to provide continuing engineering and technical services in support of the submarine safety program, and Level I material work onboard SSN 21 class (Seawolf class), SSN 688 class (Los Angeles class), SSBN/SSGN 726 class (Ohio class), SSN 774 Class (Virginia class) submarines, and foreign national submarines. This contract provides technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical, and electrical equipment. Work will be performed at naval shipyards in Norfolk, Virginia; Puget Sound, Washington; and Pearl Harbor, Hawaii, and is expected to be completed by February 2018. No funds are guaranteed by the award of this modification contract; this contracting action merely establishes a potential ceiling value. Funds are obligated on individual delivery orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Jan 2016: AMSEC LLC, Virginia Beach, Virginia (N65540-15-D-0007); Delphinus Engineering Inc., Eddystone, Pennsylvania (N65540-15-D-0004); Q.E.D. Systems Inc., Virginia Beach, Virginia (N65540-15-D-0006); General Dynamics Information Technology Inc., Chesapeake, Virginia (N65540-15-D-0005); BAE Systems Inc., San Diego, California (N65540-15-D-0008); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N65540-15-D-0009); and L3 Unidyne Inc., Norfolk, Virginia (N65540-15-D-0010), are being awarded a multi-contract modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to exercise option year one to provide continuing engineering and technical services in support of the Navy Modernization Program, which provides installation and technical services for hull, mechanical and electrical systems on U.S. Naval vessels. The ceiling dollar value for option year one for each company is: L3 Unidyne: $18,787,064; Epsilon Systems Solutions Inc.: $17,837,830; BAE Systems Inc.: $17,756,331; Delphinus Engineering Inc.: $16,155,225; General Dynamics Information Technology Inc.: $15,714,308; Q.E.D. Systems Inc.: $15,123,826; and AMSEC LLC: $14, 203,234. Work will be performed at various Navy locations, and is expected to be complete by January 2017. No funds are being obligated at the time of award; this contracting action merely establishes a potential ceiling value for option year one. Funds are obligated on individual task orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Aug 2016: L3 Unidyne Inc., Norfolk, Virginia (N65540-15-D-0010); BAE Systems Inc., San Diego, California (N65540-15-D-0008); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N65540-15-D-0009); Delphinus Engineering Inc., Eddystone, Pennsylvania (N65540-15-D-0004); General Dynamics Information Technology Inc., Chesapeake, Virginia (N65540-15-D-0005); Q.E.D. Systems Inc., Virginia Beach, Virginia (N65540-15-D-0006); and AMSEC LLC, Virginia Beach, Virginia (N65540-15-D-0007), are being awarded a modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to exercise the second-year option. The total value of all delivery orders issued for all contracts, when combined, shall not exceed $117,296,713. The option will provide continuing engineering and technical services in support of the Navy Modernization Program, which provides installation and technical services for hull, mechanical and electrical systems on U.S. Naval vessels. The work will be performed at contractor facilities and on naval vessels and is expected to be completed by March 2018. No funds are being obligated at the time of award. Funds will be obligated as individual orders are issued. The Naval Surface Warfare Center, Philadelphia, Pennsylvania, is the contracting activity.
Sep 2016: Oceaneering International Inc., Chesapeake, Virginia (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Connecticut (N65540-15-D-0005), are each being awarded a cost-plus-fixed-fee modification to previously awarded contracts to exercise the fourth-year options. The increased contract dollar value for option year four for both contracts is as follows: Oceaneering International Inc. (N65540-13-D-0003/Modification P00013) -- $38,097,870; and General Dynamics Electric Boat Corp. (N65540-15-D-0005/Modification P00007) -- $48,478,009. Invocation of the final option is to provide continuing engineering and technical services in support of the submarine safety program, and Level I material work onboard SSN 21 class (Seawolf class), SSN 688 class (Los Angeles class), SSBN/SSGN 726 class (Ohio class), SSN 774 Class (Virginia class) submarines, and foreign national submarines. This contract provides technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical, and electrical equipment. Work will be performed at naval shipyards in Norfolk, Virginia; Puget Sound, Washington; and Pearl Harbor, Hawaii, and is expected to be completed by February 2018. No funds are guaranteed by the award of this modification contract; this contracting action merely establishes a potential ceiling value. Funds are obligated on individual delivery orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Sep 2016: Oceaneering International Inc., Chesapeake, Virginia (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Connecticut (N65540-15-D-0005), are each being awarded a cost-plus-fixed-fee modification to previously awarded contracts to exercise the fourth-year options. The increased contract dollar value for option year four for both contracts is as follows: Oceaneering International Inc. (N65540-13-D-0003/Modification P00013) -- $38,097,870; and General Dynamics Electric Boat Corp. (N65540-15-D-0005/Modification P00007) -- $48,478,009. Invocation of the final option is to provide continuing engineering and technical services in support of the submarine safety program, and Level I material work onboard SSN 21 class (Seawolf class), SSN 688 class (Los Angeles class), SSBN/SSGN 726 class (Ohio class), SSN 774 Class (Virginia class) submarines, and foreign national submarines. This contract provides technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical, and electrical equipment. Work will be performed at naval shipyards in Norfolk, Virginia; Puget Sound, Washington; and Pearl Harbor, Hawaii, and is expected to be completed by February 2018. No funds are guaranteed by the award of this modification contract; this contracting action merely establishes a potential ceiling value. Funds are obligated on individual delivery orders for efforts that fall within the core competency areas. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
Status
(Complete)
Modified 4/2/22
Period of Performance
3/12/15
Start Date
5/31/21
Ordering Period End Date
Task Order Obligations and Backlog
$129.6M
Total Obligated
$138.8M
Current Award
$151.4M
Potential Award
$9.2M
Funded Backlog
$21.8M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6554015D0005
$-
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 N6554015D0005
Subcontract Awards
Disclosed subcontracts for N6554015D0005
Opportunity Lifecycle
Procurement history for N6554015D0005
Transaction History
Modifications to N6554015D0005
People
Suggested agency contacts for N6554015D0005
Competition
Number of Bidders
7
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 Required (Incentive Not Included)
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
SMNWM6HN79X5
Awardee CAGE
07MU1
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
jane.dematto@navy.mil
Last Modified By
jane.dematto@navy.mil
Approved By
jane.dematto@navy.mil
Legislative
Legislative Mandates
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 |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Advisory and assistance services (25.1) | $29,593,087 | 121% |
Last Modified: 4/2/22