Search IDVs

N6833521D0064

Indefinite Delivery Contract

Overview

Government Description
WPU VERSION 1 - YEAR 2
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$40,164,745 (68% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fredericksburg, Virginia 22408 United States.
Sole Source This IDC was awarded sole source to Quality Performance because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased from $39,942,234 to $40,164,746.
Quality Performance was awarded Indefinite Delivery Contract N6833521D0064 (N68335-21-D-0064) by NAWC Aircraft Division for Wpu Version 1 - Year 2 in June 2021. The IDC has a duration of 5 years and was awarded full & open with NAICS 334519 and PSC 6660 via sole source acquisition procedures with 1 bid received. To date, $27,462,183 has been obligated through this vehicle. The total ceiling is $40,164,745, of which 68% has been used.

DOD Announcements

Jul 2021: Quality Performance Inc.,* Fredericksburg, Virginia, is awarded a $39,942,234 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Moriah Wind Systems in multiple configurations, to include associated components, teardown, test and evaluation, engineering and technical support in support of the aircraft launch and recovery equipment program for the Navy.  Work will be performed in Fredericksburg, Virginia, and is expected to be completed in June 2026. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833521D0064).

Status
(Open)

Modified 5/8/24
Period of Performance
6/30/21
Start Date
6/24/26
Ordering Period End Date
78.0% Complete

Task Order Obligations
$27.5M
Total Obligated
$27.5M
Current Award
$27.5M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N6833521D0064

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6833521D0064

$-

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 N6833521D0064

Subcontract Awards

Disclosed subcontracts for N6833521D0064

Transaction History

Modifications to N6833521D0064

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
NBM4G4SAFQM3
Awardee CAGE
0SJM3
Agency Detail
Awarding Office
N68335 NAVAIR WARFARE CTR AIRCRAFT DIV
Funding Office
N68335 NAVAIR WARFARE CTR AIRCRAFT DIV
Created By
n68335.john.c.murtagh
Last Modified By
n68335.john.c.murtagh
Approved By
n68335.john.c.murtagh

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
VA-07
Senators
Mark Warner
Timothy Kaine
Representative
Abigail Spanberger
Last Modified: 5/8/24