N6893623D0015
Indefinite Delivery Contract
Overview
Government Description
COMBAT ENVIRONMENT INSTRUMENTATION SYSTEMS
Awardee
Awarding / Funding Agency
PSC
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)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Ridgecrest, California 93555 United States.
New Directions Technologies was awarded
Indefinite Delivery Contract N6893623D0015 (N68936-23-D-0015)
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, $1,477,383 has been obligated through this vehicle with a potential value of all existing task orders of $4,559,425.
The total ceiling is $249,869,545, of which 0% has been used.
As of today, the IDC has a total reported backlog of $3,716,925 and funded backlog of $634,883.
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 4/10/25
Period of Performance
3/28/23
Start Date
3/28/28
Ordering Period End Date
Task Order Obligations and Backlog
$842.5K
Total Obligated
$1.5M
Current Award
$4.6M
Potential Award
$634.9K
Funded Backlog
$3.7M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6893623D0015
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6893623D0015
$-
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 N6893623D0015
Subcontract Awards
Disclosed subcontracts for N6893623D0015
Opportunity Lifecycle
Procurement history for N6893623D0015
Transaction History
Modifications to N6893623D0015
People
Suggested agency contacts for N6893623D0015
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
GF82WQ7CMEL4
Awardee CAGE
05ZG9
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
CA-20
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Kevin McCarthy
Last Modified: 4/10/25