Search IDVs

N6600115D0183

Indefinite Delivery Contract

Overview

Government Description
UMSS SERVICES
Awardee
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
$183,299,020 (13% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Woburn, Massachusetts 1801 United States.
Amendment Since initial award the Ordering Period End Date was extended from 07/05/18 to 07/05/20.
Oasis Systems was awarded Indefinite Delivery Contract N6600115D0183 (N66001-15-D-0183) by Naval Information Warfare Systems Command for Umss Services in July 2015. The IDC has a duration of 5 years and was awarded through solicitation Unmanned Maritime Systems Support - Draft RFP full & open with NAICS 541330 and PSC R425 via direct negotiation acquisition procedures with 7 bids received. To date, $33,300,040 has been obligated through this vehicle with a potential value of all existing task orders of $33,572,156. The total ceiling is $183,299,020, of which 13% has been used. As of today, the IDC has a total reported backlog of $10,448,132 and funded backlog of $10,176,017.

DOD Announcements

Jul 2015: Exelis, Inc., Herndon, Virginia, (N66001-15-D-0180); Applied Research Associates, Inc., Albuquerque, New Mexico, (N66001-15-D-0178); Science Applications International Corp., McLean, Virginia, (N66001-15-D-0184); Lockheed Martin Mission Systems and Training, San Diego, California, (N66001-15-D-0181); Camber Corp., Huntsville, Alabama, (N66001-15-D-0179); MAR Range Services, LLC, Rockville, Maryland, (N66001-15-D-0183); ManTech Advanced Systems International, Fairfax, Virginia, (N66001-15-D-0182) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide specification and design, fabrication, installation, test and evaluation, fielding, maintenance, training, and configuration and program management of both hardware and software in support of unmanned maritime systems, both surface and subsurface, engaged in waterborne and underwater mine countermeasures. All awardees will have the opportunity to compete for task orders during the ordering period as they are issued. This three-year contract includes two one-year options. Exelis, Inc., is being awarded $135,565,632 and if options are exercised, would bring the potential value of the contract to $228,475,722. Applied Research Associates, Inc., is being awarded $130,793,226 and if options are exercised, would bring the potential value of the contract to $221,601,755. Science Applications International Corp., is being awarded $128,948,240 and if options are exercised, would bring the potential value of the contract to $217,498,738. Lockheed Martin Mission Systems and Training, is being awarded $126,384,412 and if options are exercised, would bring the potential value of the contract to $214,233,923. Camber Corp., is being awarded $110,959,555 and if options are exercised, would bring the potential value of the contract to $185,898,593. MAR Range Services, LLC, is being awarded a $108,924,539 and if options are exercised, would bring the potential value of the contract to $183,299,021. ManTech Advanced Systems International, is being awarded a $104,405,786 and if options are exercised, would bring the potential value of the contract to $174,669,942. Work will be performed in San Diego, California (70 percent), and outside continental U.S. locations (30 percent), and work is expected to be completed July 5, 2018. No funds are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders from operations and maintenance (Navy) and research development test and evaluation. The contracts were competitively procured via Request for Proposal N66001-14-R-0028 published

Status
(Complete)

Modified 1/10/20
Period of Performance
7/6/15
Start Date
7/5/20
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$23.1M
Total Obligated
$33.3M
Current Award
$33.6M
Potential Award
69% Funded
$10.2M
Funded Backlog
$10.4M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6600115D0183

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6600115D0183

$-

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 N6600115D0183

Subcontract Awards

Disclosed subcontracts for N6600115D0183

Opportunity Lifecycle

Procurement history for N6600115D0183

Transaction History

Modifications to N6600115D0183

People

Suggested agency contacts for N6600115D0183

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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
MST2Z1EG1HV7
Awardee CAGE
1EDN2
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
morgan.darnell2@navy.mil
Last Modified By
abraham.sarmiento1.n66001@sa1700.spa.scsd
Approved By
abraham.sarmiento1.n66001@sa1700.spa.scsd

Legislative

Legislative Mandates
Labor Standards
Awardee District
MA-06
Senators
Edward Markey
Elizabeth Warren
Representative
Seth Moulton
Last Modified: 1/10/20