N6883625DS001
Indefinite Delivery Contract
Overview
Government Description
The objective of this contract is a turn-key contracted solution to deliver a combat skills course for ceodd based on an approved course master schedule, following approved curriculum, provided with the PWS. The contractor shall provide all personnel, equipment, supplies, tools, materials, supervision, and other necessary items to perform off-site instructional support for Naval School Explosive Ordnance Disposal (NSEOD) at Eglin Air Force Base and at contractor-provided facilities within a 50-MILE radius. Key tasks include conducting a 33-DAY combat skills course, ensuring instructor qualifications through High Risk Training (HRT) screening protocols and curriculum familiarization, providing helicopter support services for specialized training techniques, and managing logistics such as lodging and meals for students during specific training days. All work will comply with applicable laws and safety regulations.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$8
Vehicle Ceiling
$17,441,270 (9% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Defuniak Springs, Florida 32435 United States.
Stronghold Sof Solutions was awarded
Indefinite Delivery Contract N6883625DS001 (N68836-25-D-S001)
by
Naval Education and Training Command
for EOD Combat Skills Course (CEODD / NSEOD)
in September 2025.
The IDC
has a duration of 5 years 2 months and
was awarded
through solicitation EOD Combat Skills Course
with a Service Disabled Veteran Owned Small Business set aside
with
NAICS 611430 and
PSC U008
via direct negotiation acquisition procedures with 3 bids received.
To date, $1,500,991 has been obligated through this vehicle.
The total ceiling is $17,441,270, of which 9% has been used.
Status
(Open)
Modified 9/16/25
Period of Performance
9/15/25
Start Date
11/30/30
Ordering Period End Date
Task Order Obligations
$1.5M
Total Obligated
$1.5M
Current Award
$1.5M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6883625DS001
$-
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 N6883625DS001
Subcontract Awards
Disclosed subcontracts for N6883625DS001
Opportunity Lifecycle
Procurement history for N6883625DS001
Transaction History
Modifications to N6883625DS001
People
Suggested agency contacts for N6883625DS001
Competition
Number of Bidders
3
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
E64HZSP5S587
Awardee CAGE
8KSB6
Agency Detail
Awarding Office
N68836 NAVSUP FLT LOG CTR JACKSONVILLE
Funding Office
N3595A CENTER FOR EXPLOSIVE ORDNANCE
Created By
patricia.schramm@navy.mil
Last Modified By
laura.donson@navy.mil
Approved By
laura.donson@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
FL-02
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Neal Dunn
Last Modified: 9/16/25