N6600121D0137
Indefinite Delivery Contract
Overview
Government Description
Unmanned Maritime Systems Support Mac
Awardee
Awarding 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
$249,741,158 (16% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Woburn, Massachusetts 1801 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%
Oasis Systems was awarded
Indefinite Delivery Contract N6600121D0137 (N66001-21-D-0137)
by
Naval Information Warfare Systems Command
in June 2021.
The IDC
has a duration of 8 years and
was awarded
through solicitation Unmanned Maritime Systems Support (UMSS)
full & open
with
NAICS 541330 and
PSC J059
via direct negotiation acquisition procedures with 13 bids received.
To date, $52,985,863 has been obligated through this vehicle with a potential value of all existing task orders of $55,948,159.
The total ceiling is $249,741,158, of which 16% has been used.
As of today, the IDC has a total reported backlog of $15,017,024 and funded backlog of $12,054,728.
The vehicle was awarded through Unmanned Maritime Systems Support (UMSS).
DOD Announcements
Jun 2021:
Applied Research Associates, Albuquerque, New Mexico (N66001-21-D-0132); Gryphon Technologies LLC, Washington, D.C. (N66001-21-D-0133); HII Mission Driven Innovative Solutions Inc., Huntsville, Alabama (N66001-21-D-0134); ISPA Technology LLC, Lithia, Florida (N66001-21-D-0135); Leidos Inc., Reston, Virginia (N66001-21-D-0136; Oasis Systems LLC, Burlington, Massachussetts (N66001-21-D-0137); Peraton Inc., Herndon, Virginia (N66001-21-D-0138); Science Applications International Corp., Reston, Virginia (N66001-21-D-0139); and Serco, Inc., of San Diego, California (N66001-21-D-0140) are awarded a $118,816,148 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee and cost-with-no-fee pricing for technical support including specification and design, fabrication, installation, test and evaluation, fielding, maintenance, training, and configuration and program management of hardware and software in support of surface and subsurface unmanned maritime systems engaged in waterborne and underwater mine countermeasures. This four-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $249,741,160. Work will be performed in San Diego, California (75%); and outside the continental U.S. (25%). The period of performance of the base award is from June 15, 2021, through June 14, 2025. If all options are exercised, the period of performance would extend through June 14, 2029. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using operation and maintenance (Navy); other procurement (Navy); working capital (DOD); and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-21-R-0014) published on the beta.sam.gov web site and Naval Information Warfare Systems Command e-Commerce Central website. Thirteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.
Status
(Open)
Modified 10/10/25
Period of Performance
6/14/21
Start Date
6/14/29
Ordering Period End Date
Task Order Obligations and Backlog
$40.9M
Total Obligated
$53.0M
Current Award
$55.9M
Potential Award
$12.1M
Funded Backlog
$15.0M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6600121D0137
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6600121D0137
$-
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 N6600121D0137
Subcontract Awards
Disclosed subcontracts for N6600121D0137
Opportunity Lifecycle
Procurement history for N6600121D0137
Transaction History
Modifications to N6600121D0137
People
Suggested agency contacts for N6600121D0137
Competition
Number of Bidders
13
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
MST2Z1EG1HV7
Awardee CAGE
1EDN2
Agency Detail
Awarding Office
S2206A DCMA NORTHEAST
Funding Office
N66001 NIWC PACIFIC
Created By
jennifer.alves@dcma.mil
Last Modified By
kimberly.licence@dcma.mil
Approved By
jennifer.alves@dcma.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
DC-98
Last Modified: 10/10/25