Search IDVs

N6833521D0230

Indefinite Delivery Contract

Overview

Government Description
Ship Install IDIQ Mac Base Award
Pricing
Order Dependent (IDV Only)
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
$2,077,976 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia Beach, Virginia 23452 United States.
Ceiling Exceeded Total obligated funds of $2,244,724 has exceeded the reported contract ceiling of $2,077,977. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Recompete The following similar solicitation(s) may continue aspects of this idv: Alteration and Installation Support Services for SE and ALRE at Shipboard and Shore Site Locations, Alteration and Installation Support Services for SE and ALRE at Shipboard and Shore Site Locations
Incumbent Valkyrie Enterprises has indicated it no longer qualifies as a Small Business for NAICS 336611, which may limit its ability to win future recompetes with a set-aside
Amendment Since initial award the Vehicle Ceiling has increased 415495% from $500 to $2,077,977.
Valkyrie Enterprises was awarded Indefinite Delivery Contract N6833521D0230 (N68335-21-D-0230) by NAWC Aircraft Division in September 2021. The IDC has a duration of 5 years and was awarded through solicitation Alteration and Installation Support Services for Common Support Equipment and Aircraft Launch and Recovery Equipment at Shipboard and Shore Site Locations with a Small Business Total set aside with NAICS 336611 and PSC N066 via direct negotiation acquisition procedures with 6 bids received. To date, $2,244,724 has been obligated through this vehicle with a potential value of all existing task orders of $3,806,257. The total ceiling is $2,077,976, of which 101% has been used. As of today, the IDC has a total reported backlog of $1,561,533.

DOD Announcements

Sep 2021: Continental Tide Defense Systems Inc.,* Wyoming, Pennsylvania (N6833521D0225); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N6833521D0226); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N6833521D0227); LPI Technical Services,* Chesapeake, Virginia (N6833521D0228); Prism Maritime LLC,* Chesapeake, Virginia (N6833521D0229); and Valkyrie Enterprises Inc.,* Virginia Beach, Virginia (N6833521D0230), are each awarded a firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for all contracts is $33,871,048, with the companies having an opportunity to compete for individual orders. These contracts provide shipboard and shore site alteration and installation services in support of common aviation support equipment and aircraft launch and recovery equipment aboard Nimitz- and Ford-class aircraft carriers for the Navy. Work will be performed in various locations within or outside the continental U.S. based upon ship availability, and is expected to be completed in September 2026. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via a small business set aside; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Status
(Open)

Modified 12/15/25
Period of Performance
9/29/21
Start Date
9/29/26
Ordering Period End Date
92.0% Complete

Task Order Obligations and Backlog
$2.2M
Total Obligated
$2.2M
Current Award
$3.8M
Potential Award
59% Funded
$0.0
Funded Backlog
$1.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6833521D0230

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6833521D0230

$-

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 N6833521D0230

Subcontract Awards

Disclosed subcontracts for N6833521D0230

Opportunity Lifecycle

Procurement history for N6833521D0230

Transaction History

Modifications to N6833521D0230

People

Suggested agency contacts for N6833521D0230

Competition

Number of Bidders
6
Solicitation Procedures
Negotiated Proposal/Quote
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
X9C7KVWCMQJ6
Awardee CAGE
4TGX1
Agency Detail
Awarding Office
N68335 NAVAIR WARFARE CTR AIRCRAFT DIV
Funding Office
N68335 NAVAIR WARFARE CTR AIRCRAFT DIV
Created By
shannan.germond@navy.mil
Last Modified By
shannan.germond@navy.mil
Approved By
shannan.germond@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 12/15/25