Search IDVs

N6893623D0011

Indefinite Delivery Contract

Overview

Government Description
COMBAT ENVIRONMENT INSTRUMENTATION SYSTEMS
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$100,000,000
Vehicle Ceiling
$249,869,545 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cedar Rapids, Iowa 52498 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%
Rockwell Collins was awarded Indefinite Delivery Contract N6893623D0011 (N68936-23-D-0011) by Naval Air Warfare Centers for Combat Environment Instrumentation Systems in March 2023. The IDC has a duration of 5 years and was awarded through solicitation Combat Environment Instrumentation Systems (CEIS) full & open with NAICS 334511 and PSC 5865 via direct negotiation acquisition procedures with 10 bids received. To date, $2,353,480 has been obligated through this vehicle with a potential value of all existing task orders of $2,743,648. The total ceiling is $249,869,545, of which 0% has been used. As of today, the IDC has a total reported backlog of $1,751,366 and funded backlog of $1,361,198. The vehicle was awarded through Combat Environment Instrumentation Systems (CEIS) 2023.

DOD Announcements

Mar 2023: Amentum Services Inc., Germantown, Maryland (N6893623D0008); Booz Allen Hamilton Inc., San Diego, California (N6893623D0009); CGW Technologies Inc.,* Great Mills, Maryland (N6893623D0010); Collins Aerospace, Cedar Rapids, Iowa (N6893623D0011); DRS Training & Control Systems LLC, Fort Walton Beach, Florida (N6893623D0012); Electronic Warfare Associates Triad LLC,* Herndon, Virginia (N6893623D0013); Kranze Technology Solutions Inc.,* Des Plaines, Illinois (N6893623D0014); New Directions Technologies Inc.,* Ridgecrest, California (N6893623D0015); Nu Waves LTD,* Middletown, Ohio (N6893623D0016); and Science Applications International Corp., Reston, Virginia (N6893623D0017), are awarded a $249,869,545 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract. These contracts provide for products and services in support of Test and Training (T&T) range instrumentation, to include airborne and ground-based elements, interfaces, auxiliary equipment to include remote ground stations, data collection systems, data processing and display systems, host range interface equipment, and testing and troubleshooting hardware. Products include various hardware and instrumentation systems identified at the order level to support validation of articles under test. Additionally, these contracts provide a full spectrum of support services, to include long-term sustainment support for existing T&T range systems, as well as new T&T range instrumentation systems that are designed, developed, fielded and integrated.  Services also include providing onsite and in-plant engineering and technical support, as well as necessary studies, analyses, and site surveys for the Navy. The estimated aggregate ceiling for all contracts is $249,869,545, with the companies having an opportunity to compete for individual orders.  Work will be performed in Ridgecrest, California (38%); Des Plaines, Illinois (38%); Cedar Rapids, Iowa (12%); Fort Walton Beach, Florida (4%); Great Mills, Maryland (2%); San Diego, California (2%); Middletown, Ohio (2%); Germantown, Maryland (1%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2028. 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 an electronic request for proposal, 10 offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Status
(Open)

Modified 4/7/25
Period of Performance
3/28/23
Start Date
3/28/28
Ordering Period End Date
52.0% Complete

Task Order Obligations and Backlog
$992.3K
Total Obligated
$2.4M
Current Award
$2.7M
Potential Award
36% Funded
$1.4M
Funded Backlog
$1.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6893623D0011

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6893623D0011

$-

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 N6893623D0011

Subcontract Awards

Disclosed subcontracts for N6893623D0011

Opportunity Lifecycle

Procurement history for N6893623D0011

Transaction History

Modifications to N6893623D0011

People

Suggested agency contacts for N6893623D0011

Competition

Number of Bidders
10
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
J4Q3HP6NHK47
Awardee CAGE
13499
Agency Detail
Awarding Office
N68936 NAVAL AIR WARFARE CENTER
Funding Office
N68936 NAVAL AIR WARFARE CENTER
Created By
christopher.bigelow@navy.mil
Last Modified By
christopher.bigelow@navy.mil
Approved By
christopher.bigelow@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Representative
Ashley Hinson
Last Modified: 4/7/25