Search IDVs

N6554015D0009

Indefinite Delivery Contract

Overview

Government Description
IGF::CT::IGF; BLUE COLLAR SHIPBOARD SUPPORT SERVICES
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 (10% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Portsmouth, Virginia 23707 United States.
Amendment Since initial award the Ordering Period End Date was extended from 09/13/17 to 05/31/21.
Epsilon Systems Solutions was awarded Indefinite Delivery Contract N6554015D0009 (N65540-15-D-0009) 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, $69,690,298 has been obligated through this vehicle with a potential value of all existing task orders of $69,787,716. The total ceiling is $636,000,000, of which 10% has been used. As of today, the IDC has a total reported backlog of $4,899,337 and funded backlog of $4,801,919.

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.

Status
(Complete)

Modified 12/1/21
Period of Performance
3/12/15
Start Date
5/31/21
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$64.9M
Total Obligated
$69.7M
Current Award
$69.8M
Potential Award
93% Funded
$4.8M
Funded Backlog
$4.9M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6554015D0009

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6554015D0009

$-

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 N6554015D0009

Subcontract Awards

Disclosed subcontracts for N6554015D0009

Opportunity Lifecycle

Procurement history for N6554015D0009

Transaction History

Modifications to N6554015D0009

People

Suggested agency contacts for N6554015D0009

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 Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
T1GVZ5Z6K5L4
Awardee CAGE
1SWQ1
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-03
Senators
Mark Warner
Timothy Kaine
Representative
Robert Scott

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) $3,526,513 105%
Shipbuilding and Conversion, Navy (017-1611) Department of Defense-Military Advisory and assistance services (25.1) $898,687 27%
Other Procurement, Navy (017-1810) Department of Defense-Military Equipment (31.0) $248,667 7%
Last Modified: 12/1/21