N6600125D0048
Indefinite Delivery Contract
Overview
Government Description
PRODUCT ENGINEERING SERVICES
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$100,000,000
Vehicle Ceiling
$1,494,000,000 (0% Used)
Related Opportunity
Practical Solutions was awarded
Indefinite Delivery Contract N6600125D0048 (N66001-25-D-0048)
by
Naval Information Warfare Systems Command
for Product Engineering Services
in June 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation DoD ESI Microsoft Enterprise Services II (Small Business)
with a Small Business Total set aside
with
NAICS 541519 and
PSC DA01
via direct negotiation acquisition procedures with 15 bids received.
The total ceiling is $1,494,000,000, of which 0% has been used.
DOD Announcements
Jun 2025:
Applied Cloud & Development Technologies LLC,* Washington, D.C. (N66001-25-D-0042); AtechGov LLC,* Bethesda, Maryland (N66001-25-D-0043); Bennett Adelson Professional Services,* Cleveland, Ohio (N66001-25-D-0044); ClearPro Partners LLC,* Leesburg, Virginia (N66001-25-D-0045); Client First Technologies,* Fairfax, Virginia (N66001-25-D-0046); Innovatus Technology Consulting,* San Diego, California (N66001-25-D-0047); Practical Solutions Inc,* Washington, D.C. (N66001-25-D-0048); and True Tandem LLC,* Herndon, Virginia (N66001-25-D-0049), are awarded a combined $1,494,000,000 indefinite-delivery/indefinite-quantity, multiple award contract with firm fixed pricing for the Department of Defense Enterprise Software Initiative (DOD ESI) Microsoft Enterprise Services II Small Business (MES II - SB). MES II – SB will provide the DOD with comprehensive, continuous enterprise support and engineering solutions for Microsoft products and cloud services, designed to enhance productivity and advance technology throughout the entire information technology lifecycle. This includes enterprise-wide and organization-specific architectural planning, implementation, deployment, and infrastructure optimization services. Work will be performed globally and is expected to be completed by June 2030. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This requirement was competitively procured as a total small business set-aside via a request for proposal (N66001-24-R-0048) published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce central website. 15 offers were received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.
Status
(Open)
Modified 7/10/25
Period of Performance
6/26/25
Start Date
6/26/30
Ordering Period End Date
Task Order Obligations
$0
Total Obligated
$0
Current Award
$0
Potential Award
Opportunity Lifecycle
Procurement history for N6600125D0048
Transaction History
Modifications to N6600125D0048
People
Suggested agency contacts for N6600125D0048
Competition
Number of Bidders
15
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
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
V8JNGNHRR985
Awardee CAGE
3ZAZ4
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
alexander.k.roberts@navy.mil
Last Modified By
spencer.sessions@navy.mil
Approved By
spencer.sessions@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
DC-98
Last Modified: 7/10/25