N6600120D3424
Indefinite Delivery Contract
Overview
Government Description
INTEGRATION, ENGINEERING, AND SUPPORT FOR COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, RECONNAISSANCE, AND SURVEILLANCE (C4ISR) AND SHORE PLATFORMS
Awardee
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
Individual Order Limit
$249,033,404
Vehicle Ceiling
$249,033,405 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 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%
Valkyrie Enterprises was awarded
Indefinite Delivery Contract N6600120D3424 (N66001-20-D-3424)
by
Naval Information Warfare Systems Command
for Integration, Engineering, And Support For Command, Control, Communications, Computers, Intelligence, Reconnaissance, And Surveillance (C4ISR) And Shore Platforms
in January 2020.
The IDC
has a duration of 8 years 1 months and
was awarded
through solicitation Integration, Engineering and Support for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) and Shore Platforms
full & open
with
NAICS 541330 and
PSC J059
via direct negotiation acquisition procedures with 18 bids received.
To date, $5,000 has been obligated through this vehicle.
The total ceiling is $249,033,405, of which 0% has been used.
The vehicle was awarded through Integration, Engineering and Support for C4ISR and Shore Platforms.
DOD Announcements
Jan 2020:
Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity.
Status
(Open)
Modified 9/29/23
Period of Performance
1/28/20
Start Date
2/2/28
Ordering Period End Date
Task Order Obligations
$5.0K
Total Obligated
$5.0K
Current Award
$5.0K
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6600120D3424
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under N6600120D3424
Subcontract Awards
Disclosed subcontracts for N6600120D3424
Opportunity Lifecycle
Procurement history for N6600120D3424
Transaction History
Modifications to N6600120D3424
People
Suggested agency contacts for N6600120D3424
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
X9C7KVWCMQJ6
Awardee CAGE
4TGX1
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
robert.j.ashley@navy.mil
Last Modified By
fpdsadmin
Approved By
robert.j.ashley@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 9/29/23