Search IDVs

N6600121D0008

Indefinite Delivery Contract

Overview

Government Description
CANES ENGINEERING SERVICES
Awardee
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$84,676,417 (76% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Philadelphia, Pennsylvania 19112 United States.
Forecast Listed as the incumbent in contract forecast CANES Engineering Support.
Amendment Since initial award the Vehicle Ceiling has increased 21% from $69,793,839 to $84,676,418.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Noblis Msd was awarded Indefinite Delivery Contract N6600121D0008 (N66001-21-D-0008) by Naval Information Warfare Systems Command for Canes Engineering Services in October 2020. The IDC has a duration of 5 years and was awarded through solicitation Engineering and Support Services for Consolidated Afloat full & open with NAICS 541330 and PSC AD24 via direct negotiation acquisition procedures with 2 bids received. To date, $77,641,489 has been obligated through this vehicle with a potential value of all existing task orders of $79,851,290. The total ceiling is $84,676,417, of which 76% has been used. As of today, the IDC has a total reported backlog of $15,584,072 and funded backlog of $13,374,270.

DOD Announcements

Oct 2020: McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $12,228,590 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-no-fee pricing to provide engineering support for Consolidated Afloat Networks and Enterprise Services to include technical and programmatic services for networking, communications and computer systems and associated certification and information assurance for new developments, current operations and planned upgrades.  This one-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $69,793,839.  Work will be performed in the continental U.S.:  San Diego, California (76%); Norfolk, Virginia (4%); Hawaii (4%); Washington, D.C. (3%); Charleston, South Carolina (3%); and outside continental U.S.:  Japan (4%); Guam (2%); Bahrain (2%); and Italy (2%).  The period of performance of the base award is from Oct. 8, 2020, through Oct. 7, 2021.  If all options are exercised, the period of performance would extend through Oct.7, 2025.  No funds will be obligated at the time of award.  Fiscal 2021 funds will be obligated as task orders are issued using other procurement (Navy); operations and maintenance (Navy); research, development, test and evaluation (Navy); shipbuilding construction (Navy); and other funding, which may include Foreign Military Sales; Program Directive Air; and Navy working capital fund.  This contract was competitively procured via Request for Proposal N66001-19-R-0036, which was published on the beta.SAM.gov website.  Two offers were received and one selected for award.  The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-21-D-0008).

Status
(Open)

Modified 10/23/24
Period of Performance
10/7/20
Start Date
10/7/25
Ordering Period End Date
92.0% Complete

Task Order Obligations and Backlog
$64.3M
Total Obligated
$77.6M
Current Award
$79.9M
Potential Award
80% Funded
$13.4M
Funded Backlog
$15.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6600121D0008

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6600121D0008

$-

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 N6600121D0008

Subcontract Awards

Disclosed subcontracts for N6600121D0008

Opportunity Lifecycle

Procurement history for N6600121D0008

Transaction History

Modifications to N6600121D0008

People

Suggested agency contacts for N6600121D0008

Competition

Number of Bidders
2
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
G9VKEZM3P5Y5
Awardee CAGE
0PT02
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
erwin.c.cablay.civ.n66001@us.navy.mil
Last Modified By
erwin.c.cablay.civ.n66001@us.navy.mil
Approved By
erwin.c.cablay.civ.n66001@us.navy.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
PA-05
Senators
Robert Casey
John Fetterman
Representative
Mary Scanlon
Last Modified: 10/23/24