N6600121D0160
Indefinite Delivery Contract
Overview
Government Description
ENGINEERING SERVICES
Awardee
Awarding / Funding Agency
PSC
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
$169,124,258 (9% Used)
Related Opportunity
N6600121R0021
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%
Booz Allen Hamilton was awarded
Indefinite Delivery Contract N6600121D0160 (N66001-21-D-0160)
by
Naval Information Warfare Systems Command
in September 2021.
The IDC
has a duration of 7 years and
was awarded
full & open
with
NAICS 541330 and
PSC AC13
via direct negotiation acquisition procedures with 16 bids received.
To date, $15,774,859 has been obligated through this vehicle with a potential value of all existing task orders of $22,773,421.
The total ceiling is $169,124,258, of which 9% has been used.
As of today, the IDC has a total reported backlog of $7,295,219 and funded backlog of $296,657.
The vehicle was awarded through Active Communities - Effective States (ACES).
DOD Announcements
Sep 2021:
Booz Allen Hamilton Inc., McLean, Virginia (N6600121D0160); Epsilon C5I Inc., San Diego, California (N6600121D0161); McKean Defense Group LLC., Philadelphia, Pennsylvania (N6600121D0162); Parsons Government Services Inc., Pasadena, California (N6600121D0163); Science Applications International Corp., Reston, Virginia (N6600121D0164); Solute Inc., San Diego, California (N6600121D0165); and Systems Technology Forum Ltd., Fredericksburg, Virginia (N6600121D0066), are awarded a $68,307,374 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee and cost-with-no-fee pricing for technical support covering the contractual support requirements for Naval Information Warfare Center (NIWC) Pacific’s Enterprise Communication and Networks Division, including technology insertion, software and systems engineering, modeling and simulation, model based systems engineering, network engineering, installation and testing, and integrated logistics in support of communications, information technology and other command, control, communications, computers and intelligence efforts. This contract includes a three-year base period and four, one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $169,124,257. Work will be performed in San Diego, California (90%); and at contractor facilities (10%). The period of performance of the base award is from Sept. 30, 2021, through Sept. 29, 2024. If all options are exercised, the period of performance would extend through September 2028. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders and will be issued using operation and maintenance (Navy); working capital funds (Department of Defense); and research, development, test and evaluation (Navy) funds. This contract was competitively procured via request for proposal N6600121R0021 published on the beta.sam.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Sixteen offers were received and seven were selected for award. NIWC Pacific, San Diego, California, is the contracting activity.
Status
(Open)
Modified 4/29/25
Period of Performance
9/20/21
Start Date
9/30/28
Ordering Period End Date
Task Order Obligations and Backlog
$15.5M
Total Obligated
$15.8M
Current Award
$22.8M
Potential Award
$296.7K
Funded Backlog
$7.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6600121D0160
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6600121D0160
$-
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 N6600121D0160
Subcontract Awards
Disclosed subcontracts for N6600121D0160
Transaction History
Modifications to N6600121D0160
Competition
Number of Bidders
16
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
JCBMLGPE6Z71
Awardee CAGE
17038
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
lovelyne.pascal.civ.n66001@us.navy.mil
Last Modified By
lovelyne.pascal.civ.n66001@us.navy.mil
Approved By
lovelyne.pascal.civ.n66001@us.navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 4/29/25