N6600119D3413
Indefinite Delivery Contract
Overview
Government Description
CYBERSPACE SCIENCE, RESEARCH, ENGINEERING AND TECHNOLOGY INTEGRATION MULTIPLE AWARD CONTRACT FOR PROFESSIONAL TECHNICAL AND MANAGEMENT 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
$569,177,650 (13% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92152 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%
Science Applications International Corporation was awarded
Indefinite Delivery Contract N6600119D3413 (N66001-19-D-3413)
by
Naval Information Warfare Systems Command
for Cyberspace Science, Research, Engineering And Technology Integration Multiple Award Contract For Professional Technical And Management Support Services.
in May 2019.
The IDC
has a duration of 7 years and
was awarded
through solicitation SSC Pacific Cyberspace Science, Research, Engineering, and Technology Integration
full & open
with
NAICS 541330 and
PSC AD94
via direct negotiation acquisition procedures with 18 bids received.
To date, $102,496,039 has been obligated through this vehicle with a potential value of all existing task orders of $121,153,942.
The total ceiling is $569,177,650, of which 13% has been used.
As of today, the IDC has a total reported backlog of $47,470,004 and funded backlog of $28,812,101.
The vehicle was awarded through C4ISR Cyberspace Science Research Engineering and Technology Integration III (C4ISR Cyber III).
DOD Announcements
May 2019:
Science Applications International Corp., Reston, Virginia, is awarded a $234,743,621 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $569,177,650. All work will be performed in San Diego, California, and work is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3413).
Mar 2022: Science Applications International Corp. (SAIC), Reston, Virginia, was awarded a $10,167,546 cost-plus-fixed-fee and cost no fee task order (N66001-22-F-0434) for public safety interoperable communications technical assistance and strategic communications and tools under multiple award contract N66001-19-D-3413. The task order provides for research, development, testing, evaluation, and delivery of tools, documentation, training, workshops, and strategic communications plans to enhance communications interoperability of public safety and first responders. The task order includes a one-year base period and one, one-year option period. The option period, if exercised, would bring the cumulative value of this task order to $20,558,626. Work will be performed in San Diego, California (95%); and Reston, Virginia (5%), with much of the work being performed in telework status. Work is expected to be completed by March 2023. If the option is exercised, work could continue until March 2024. Fiscal 2022 working capital funds (Navy) in the amount of $1,652,626 will be obligated at the time of award. Further funding will be provided incrementally. This contract is being awarded based on an approved Fair Opportunity Exemption pursuant to the authority of Defense Federal Acquisition Regulation 16.505(b)(2)(i)(b) — only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. (Awarded March 22, 2022)
Apr 2022: Science Applications International Corp. (SAIC), Reston, Virginia, was awarded a $10,167,546 cost-plus-fixed-fee and cost (no fee) task order (N66001-22-F-0434) for public safety interoperable communications technical assistance and strategic communications and tools under multiple award contract N66001-19-D-3413. The task order provides for research, development, testing, evaluation, and delivery of tools, documentation, training, workshops, and strategic communications plans to enhance communications interoperability of public safety and first responders. The task order includes a one-year base period and one, one-year option period. The option period, if exercised, would bring the cumulative value of this task order to $20,558,626. Work will be performed in San Diego, California (95%); and Reston, Virginia (5%), with much of the work being performed in telework status. Work is expected to be completed by March 2023. If the option is exercised, work could continue until March 2024. Fiscal 2022 Navy working capital funds in the amount of $1,652,626 will be obligated at the time of award. Further funding will be provided incrementally. This contract is being awarded based on an approved Fair Opportunity Exemption pursuant to the authority of Federal Acquisition Regulation 16.505(b)(2)(i)(b) only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001). (Awarded March 22, 2022)
May 2022: BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (N66001-19-D-3407); Perspecta Engineering Inc., Chantilly, Virginia (N66001-19-D-3415); Booz Allen Hamilton Inc., McLean, Virginia (N66001-19-D-3408); ICF Inc. LLC, Fairfax, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); and Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414), are exercising Option Period 1 with a value of $231,167,249 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract with a maximum value of $802,045,894, for professional technical and management support services to support Naval Information Warfare Center Pacific (NIWC Pacific) in establishing and maintaining cyberspace operations and enabling product lines, programs and projects. All work is expected to be performed in San Diego, California. Work will be completed by May 6, 2024, and if all options are exercised, will continue until May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders issued using research, development, test, and evaluation (Navy) funds; other procurement (Navy) funds; operation and maintenance (Navy) funds; working capital (Defense) funds; and Foreign Military Sales funding. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with 18 offers received in response to this solicitation. NIWC Pacific, San Diego, is the contracting activity. (Awarded May 7, 2022)
May 2024: BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N66001-19-D-3407); Booz Allen Hamilton, McLean, Virginia (N66001-19-D-3408); ICF Inc., LLC, Reston, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Technology Services Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414); and Peraton Technology Services Inc., Chantilly, Virginia (N66001-19-D-3415), are each awarded a modification to exercise Option Two of a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support Naval Information Warfare Center (NIWC) Pacific with the architecture, engineering, functionality, interface and interoperability of Cyberspace Operations systems, services and capabilities at the tactical, operational and strategic levels. The maximum dollar value for all nine contracts combined is $1,856,048,552. BAE Systems Technology Solutions & Services Inc. is awarded $205,601,340; this two-year option extends the five-year contract to seven years, increasing the total value to $677,769,136. Booz Allen Hamilton Inc. is awarded $204,053,976; this two-year option extends the five-year contract to seven years, increasing the total value to $672,034,025. ICF Inc. LLC is awarded $240,164,326; this two-year option extends the five-year contract to seven years, increasing the total value to $802,045,896. Leidos, Inc. is awarded $223,713,581; this two-year option extends the five-year contract to seven years, increasing the total value to $691,584,396. Peraton Technology Services Inc. is awarded $205,301,482; this two-year option extends the five-year contract to seven years, increasing the total value to $704,295,666. Parsons Government Services Inc. is awarded $211,984,975; this two-year option extends the five-year contract to seven years, increasing the total value to $710,979,159. Science Applications International Corporation is awarded $170,488,367; this two-year option extends the five-year contract to seven years, increasing the total value to $569,177,650. Scientific Research Corp. is awarded $171,923,497; this two-year option extends the five-year contract to seven years, increasing the total value to $577,918,498. Peraton Technology Services Inc. is awarded $222,817,008; this two-year option extends the five-year contract to seven years, increasing the total value to $739,941,511. Work will be performed at San Diego, California (100%). The period of performance for this option is Ma
Mar 2022: Science Applications International Corp. (SAIC), Reston, Virginia, was awarded a $10,167,546 cost-plus-fixed-fee and cost no fee task order (N66001-22-F-0434) for public safety interoperable communications technical assistance and strategic communications and tools under multiple award contract N66001-19-D-3413. The task order provides for research, development, testing, evaluation, and delivery of tools, documentation, training, workshops, and strategic communications plans to enhance communications interoperability of public safety and first responders. The task order includes a one-year base period and one, one-year option period. The option period, if exercised, would bring the cumulative value of this task order to $20,558,626. Work will be performed in San Diego, California (95%); and Reston, Virginia (5%), with much of the work being performed in telework status. Work is expected to be completed by March 2023. If the option is exercised, work could continue until March 2024. Fiscal 2022 working capital funds (Navy) in the amount of $1,652,626 will be obligated at the time of award. Further funding will be provided incrementally. This contract is being awarded based on an approved Fair Opportunity Exemption pursuant to the authority of Defense Federal Acquisition Regulation 16.505(b)(2)(i)(b) — only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. (Awarded March 22, 2022)
Apr 2022: Science Applications International Corp. (SAIC), Reston, Virginia, was awarded a $10,167,546 cost-plus-fixed-fee and cost (no fee) task order (N66001-22-F-0434) for public safety interoperable communications technical assistance and strategic communications and tools under multiple award contract N66001-19-D-3413. The task order provides for research, development, testing, evaluation, and delivery of tools, documentation, training, workshops, and strategic communications plans to enhance communications interoperability of public safety and first responders. The task order includes a one-year base period and one, one-year option period. The option period, if exercised, would bring the cumulative value of this task order to $20,558,626. Work will be performed in San Diego, California (95%); and Reston, Virginia (5%), with much of the work being performed in telework status. Work is expected to be completed by March 2023. If the option is exercised, work could continue until March 2024. Fiscal 2022 Navy working capital funds in the amount of $1,652,626 will be obligated at the time of award. Further funding will be provided incrementally. This contract is being awarded based on an approved Fair Opportunity Exemption pursuant to the authority of Federal Acquisition Regulation 16.505(b)(2)(i)(b) only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001). (Awarded March 22, 2022)
May 2022: BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (N66001-19-D-3407); Perspecta Engineering Inc., Chantilly, Virginia (N66001-19-D-3415); Booz Allen Hamilton Inc., McLean, Virginia (N66001-19-D-3408); ICF Inc. LLC, Fairfax, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); and Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414), are exercising Option Period 1 with a value of $231,167,249 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract with a maximum value of $802,045,894, for professional technical and management support services to support Naval Information Warfare Center Pacific (NIWC Pacific) in establishing and maintaining cyberspace operations and enabling product lines, programs and projects. All work is expected to be performed in San Diego, California. Work will be completed by May 6, 2024, and if all options are exercised, will continue until May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders issued using research, development, test, and evaluation (Navy) funds; other procurement (Navy) funds; operation and maintenance (Navy) funds; working capital (Defense) funds; and Foreign Military Sales funding. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with 18 offers received in response to this solicitation. NIWC Pacific, San Diego, is the contracting activity. (Awarded May 7, 2022)
May 2024: BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N66001-19-D-3407); Booz Allen Hamilton, McLean, Virginia (N66001-19-D-3408); ICF Inc., LLC, Reston, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Technology Services Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414); and Peraton Technology Services Inc., Chantilly, Virginia (N66001-19-D-3415), are each awarded a modification to exercise Option Two of a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support Naval Information Warfare Center (NIWC) Pacific with the architecture, engineering, functionality, interface and interoperability of Cyberspace Operations systems, services and capabilities at the tactical, operational and strategic levels. The maximum dollar value for all nine contracts combined is $1,856,048,552. BAE Systems Technology Solutions & Services Inc. is awarded $205,601,340; this two-year option extends the five-year contract to seven years, increasing the total value to $677,769,136. Booz Allen Hamilton Inc. is awarded $204,053,976; this two-year option extends the five-year contract to seven years, increasing the total value to $672,034,025. ICF Inc. LLC is awarded $240,164,326; this two-year option extends the five-year contract to seven years, increasing the total value to $802,045,896. Leidos, Inc. is awarded $223,713,581; this two-year option extends the five-year contract to seven years, increasing the total value to $691,584,396. Peraton Technology Services Inc. is awarded $205,301,482; this two-year option extends the five-year contract to seven years, increasing the total value to $704,295,666. Parsons Government Services Inc. is awarded $211,984,975; this two-year option extends the five-year contract to seven years, increasing the total value to $710,979,159. Science Applications International Corporation is awarded $170,488,367; this two-year option extends the five-year contract to seven years, increasing the total value to $569,177,650. Scientific Research Corp. is awarded $171,923,497; this two-year option extends the five-year contract to seven years, increasing the total value to $577,918,498. Peraton Technology Services Inc. is awarded $222,817,008; this two-year option extends the five-year contract to seven years, increasing the total value to $739,941,511. Work will be performed at San Diego, California (100%). The period of performance for this option is Ma
Status
(Open)
Modified 4/4/25
Period of Performance
5/7/19
Start Date
5/7/26
Ordering Period End Date
Task Order Obligations and Backlog
$73.7M
Total Obligated
$102.5M
Current Award
$121.2M
Potential Award
$28.8M
Funded Backlog
$47.5M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6600119D3413
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6600119D3413
$-
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 N6600119D3413
Subcontract Awards
Disclosed subcontracts for N6600119D3413
Opportunity Lifecycle
Procurement history for N6600119D3413
Transaction History
Modifications to N6600119D3413
People
Suggested agency contacts for N6600119D3413
Competition
Number of Bidders
18
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
MMLKPW9JLX64
Awardee CAGE
6XWA8
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
hannah.chichester@navy.mil
Last Modified By
abraham.sarmiento1.n66001@sa1700.spa.scsd
Approved By
abraham.sarmiento1.n66001@sa1700.spa.scsd
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Research, Development, Test, and Evaluation, Defense-Wide (097-0400) | Department of Defense-Military | Research and development contracts (25.5) | $814,489 | 89% |
| Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Other goods and services from Federal sources (25.3) | $207,917 | 23% |
Last Modified: 4/4/25