N0002421D4443
Indefinite Delivery Contract
Overview
Government Description
AVAILS, CM, EM, MOD & REPAIR - CONUS
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$733,724,287 (12% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92136 United States.
Amendment Since initial award the Ordering Period End Date was extended from 02/28/23 to 07/31/25 and the Vehicle Ceiling has increased 113% from $344,724,287 to $733,724,287.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 02/28/23 to 07/31/25 and the Vehicle Ceiling has increased 113% from $344,724,287 to $733,724,287.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Austal Usa was awarded
Indefinite Delivery Contract N0002421D4443 (N00024-21-D-4443)
by
Naval Sea Systems Command
for Avails, Cm, Em, Mod & Repair - Conus
in August 2021.
The IDC
has a duration of 4 years and
was awarded
through solicitation Littoral Combat Ships Rolling Admissions to SEC WEST MAC IDIQ RFP PPI Responses Update 02
full & open
with
NAICS 336611 and
PSC J999
via direct negotiation acquisition procedures with 3 bids received.
To date, $88,731,757 has been obligated through this vehicle.
The total ceiling is $733,724,287, of which 12% has been used.
The vehicle was awarded through Littoral Combat Ships (LCS) Class Sustainment Execution.
DOD Announcements
Aug 2021:
Austal USA, Mobile, Alabama (N00024-21-D-4443); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N00024-21-D-4444); and Continental Maritime of San Diego LLC, San Diego, California, formerly Huntington Ingalls Industries San Diego Shipyard Inc. (N00024-21-D-4445), are each awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contracts to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California (MAC I). The MAC I contracts will have a ceiling of $344,724,287. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California (58%); outside the continental U.S. (28%); and other continental U.S. (14%) locations, as appropriate. Each of the contracts has an estimated ordering period of 19 months, which is expected to end in February 2023. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $15,000 ($5,000 minimum guarantee per contract) is being obligated as each contract’s initial delivery order which will expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition with three offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Jan 2023: BAE Systems – San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics – National Steel and Shipbuilding Co. (NASSCO), San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC,* Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-18-D-4329); East Coast Repair and Fabrication,* Norfolk, Virginia (N00024-18-D-4330); Austal USA LLC, Mobile, Alabama (N00024-21-D-4443); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N00024-21-D-4444); and Continental Marine of San Diego LLC, San Diego, California (N00024-21-D-4445), are awarded a combined $389,000,000 in firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modifications to the previously awarded multiple award contract for maintenance, modernization and repair requirements for littoral combat ships homeported in San Diego, California. Work will be performed on the West Coast of the continental U.S. (95%); and outside the continental U.S. (OCONUS) (5%). Of the work performed OCONUS, the country included is Singapore. Work is expected to be completed by October 2023. No funding will be obligated at time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Jan 2023: BAE Systems – San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics – National Steel and Shipbuilding Co. (NASSCO), San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC,* Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-18-D-4329); East Coast Repair and Fabrication,* Norfolk, Virginia (N00024-18-D-4330); Austal USA LLC, Mobile, Alabama (N00024-21-D-4443); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N00024-21-D-4444); and Continental Marine of San Diego LLC, San Diego, California (N00024-21-D-4445), are awarded a combined $389,000,000 in firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modifications to the previously awarded multiple award contract for maintenance, modernization and repair requirements for littoral combat ships homeported in San Diego, California. Work will be performed on the West Coast of the continental U.S. (95%); and outside the continental U.S. (OCONUS) (5%). Of the work performed OCONUS, the country included is Singapore. Work is expected to be completed by October 2023. No funding will be obligated at time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Status
(Open)
Modified 12/5/24
Period of Performance
8/3/21
Start Date
7/31/25
Ordering Period End Date
Task Order Obligations
$88.7M
Total Obligated
$88.7M
Current Award
$88.7M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N0002421D4443
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0002421D4443
$-
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 N0002421D4443
Subcontract Awards
Disclosed subcontracts for N0002421D4443
Opportunity Lifecycle
Procurement history for N0002421D4443
Transaction History
Modifications to N0002421D4443
People
Suggested agency contacts for N0002421D4443
Competition
Number of Bidders
3
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
RG6LJJM6JBS3
Awardee CAGE
1T3Z4
Agency Detail
Awarding Office
N00024 NAVSEA HQ
Funding Office
N00024 NAVSEA HQ
Created By
paul.kang@navy.mil
Last Modified By
paul.kang@navy.mil
Approved By
paul.kang@navy.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
AL-01
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Jerry Carl
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $85,100,286 | 93% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $6,391,566 | 7% |
Last Modified: 12/5/24