Search IDVs

N6600121D0103

Indefinite Delivery Contract

Overview

Government Description
CODE 584 SYSTEMS LIFECYCLE, ENGINEERING, CYBERSECURITY, AND SECURITY ENGINEERING SUPPORT SERVICES
Pricing
Cost Plus Fixed Fee
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$178,437,189 (12% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Philadelphia, Pennsylvania 19111 United States.
Data Intelligence was awarded Indefinite Delivery Contract N6600121D0103 (N66001-21-D-0103) by Naval Information Warfare Systems Command for Code 584 Systems Lifecycle, Engineering, Cybersecurity, And Security Engineering Support Services in June 2021. The IDC has a duration of 7 years and was awarded through solicitation Systems Lifecycle, Engineering, Cybersecurity, and Security Engineering Support Services Multiple Award Contract with a Small Business Total set aside with NAICS 541330 and PSC R425 via direct negotiation acquisition procedures with 23 bids received. To date, $31,377,949 has been obligated through this vehicle with a potential value of all existing task orders of $68,313,406. The total ceiling is $178,437,189, of which 12% has been used. As of today, the IDC has a total reported backlog of $47,540,770 and funded backlog of $10,605,313. The vehicle was awarded through Systems Lifecycle, Engineering, Cybersecurity, and Security Engineering Support Services.

DOD Announcements

Jun 2021: Advanced Sciences and Technologies LLC, Berlin, New Jersey (N66001-21-D-0100); Bart & Associates Inc., McLean, Virginia (N66001-21-D-0101); Dark Wolf Solutions LLC, Chantilly, Virginia (N66001-21-D-0102); Data Intelligence LLC, Marlton, New Jersey (N66001-21-D-0103); Grove Resource Solutions Inc., Frederick, Maryland (N66001-21-D-0104); ODME Solutions LLC, San Diego, California (N66001-21-D-0105); Solute Inc., San Diego, California (N66001-21-D-0106); Sugpiat Defense LLC, Anchorage, Alaska (N66001-21-D-0107); Timitron Corp., Portsmouth, Virginia (N66001-21-D-0108); and Vector Planning & Services Inc., San Diego, California (N66001-21-D-0109), are awarded a $47,330,220 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee and cost-with-no fee pricing for cybersecurity systems engineering support including software development and training, hardware engineering, network engineering, configuration management, and information assurance planning. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one three-year option period and one two-year option which, if exercised, would bring the overall potential value of this contract to an estimated $178,437,188. Work will be performed in Philadelphia, Pennsylvania (90%); Washington, D.C. (5%); and San Diego, California (5%). The period of performance of the base award is from June 10, 2021, through June 9, 2023. If all options are exercised, the period of performance would extend through June 9, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) funds; working capital (DOD) funds; Department of Homeland Security funds; research, development, test, and evaluation (Navy) funds; and other procurement (Navy) funds. This contract was competitively procured via a request for proposal (N66001-20-R-0004) published on the beta.sam.gov web site and the Naval Information Warfare Systems Command e-Commerce Central web site. Twenty-three offers were received and 10 were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Status
(Open)

Modified 4/4/25
Period of Performance
6/9/21
Start Date
6/9/28
Ordering Period End Date
61.0% Complete

Task Order Obligations and Backlog
$20.8M
Total Obligated
$31.4M
Current Award
$68.3M
Potential Award
30% Funded
$10.6M
Funded Backlog
$47.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6600121D0103

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6600121D0103

$-

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 N6600121D0103

Subcontract Awards

Disclosed subcontracts for N6600121D0103

Opportunity Lifecycle

Procurement history for N6600121D0103

Transaction History

Modifications to N6600121D0103

People

Suggested agency contacts for N6600121D0103

Competition

Number of Bidders
23
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
KD9GAGCDPDN1
Awardee CAGE
47YZ2
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
joshua.j.joiner.civ.n66001@us.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
NJ-03
Senators
Robert Menendez
Cory Booker
Representative
Andy Kim
Last Modified: 4/4/25