N0003923D9008
Indefinite Delivery Contract
Overview
Government Description
CANES PRODUCTION UNITS FOR AFLOAT UNIT, FORCE, AND SUBMARINE
PLATFORMS, INITIAL SOFTWARE, RENEWALS AND MAINTENANCE SOFTWARE, SPARES AND SYSTEM COMPONENTS, AND LAB EQUIPMENT
Awardee
Awarding / Funding Agency
PSC
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$4,098,602,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Virginia Beach, Virginia 23452 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%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
VT Milcom was awarded
Indefinite Delivery Contract N0003923D9008 (N00039-23-D-9008)
by
Naval Information Warfare Systems Command
for Canes Production Units For Afloat Unit, Force, And Submarine
Platforms, Initial Software, Renewals And Maintenance Software, Spares And System Components, And Lab Equipment
in December 2022.
The IDC
has a duration of 10 years and
was awarded
through solicitation Consolidated Afloat Networks and Enterprise Services (CANES) Full Deployment (FD) Production
full & open
with
NAICS 334290 and
PSC 7G21
via direct negotiation acquisition procedures with 10 bids received.
To date, $28,224,037 has been obligated through this vehicle with a potential value of all existing task orders of $43,223,944.
The total ceiling is $4,098,602,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $14,999,907.
The vehicle was awarded through Consolidated Afloat Networks and Enterprise Services (CANES) Full Deployment (FD) Production.
DOD Announcements
Dec 2022:
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00039-23-D-9001); DRS Laurel Technologies, Johnstown, Pennsylvania (N00039-23-D-9002); Management Services Group, doing business as Global Technical Systems, Virginia Beach, Virginia (N00039-23-D-9003); L3Harris, Camden, New Jersey (N00039-23-D-9004); Leidos, Reston, Virginia (N00039-23-D-9005); Peraton, Herndon, Virginia (N00039-23-D-9006); Serco, Herndon, Virginia (N00039-23-D-9007); and VT Milcom, Virginia Beach, Virginia (N00039-23-D-9008), are awarded a $4,098,600,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units, software – initial, renewals and maintenance, spares and system components, and lab equipment. CANES is the Navy's program of record that consolidates and replaces existing afloat networks providing the necessary infrastructure for applications, systems and services required to dominate the cyber warfare tactical domain. CANES represents a key aspect of the Navy's modernization planning by upgrading cybersecurity, command and control, communications and intelligence systems afloat, and by replacing unaffordable and obsolete networks. The primary goals of the CANES program are to: 1) Provide a secure afloat network required for Naval and Joint Operations; 2) Consolidate and reduce the number of afloat networks through the use of Common Computing Environment and mature cross domain technologies; 3) Reduce the infrastructure footprint and associated Logistics, Sustainment, and Training costs; and 4) Increase reliability, security, interoperability and application hosting to meet current and projected warfighter requirements. Work will be performed in Huntsville, Alabama; San Diego, California; Largo, Florida; Ayer, Massachusetts; Long Beach, Mississippi; Camden, New Jersey; Johnstown, Pennsylvania; Summerville, South Carolina; Clarksville, Virginia; Gainesville, Virginia; Sterling, Virginia; and Virginia Beach, Virginia. Work is expected to be completed by December 2032. Contract actions will be issued and funds obligated as individual delivery orders. Other procurement (Navy) funds will be placed on contract with an initial delivery order issued to each contractor on record at the time of award. This contract has a 10-year ordering period up to the contract award amount. There are no options. The multiple award contract was competitively procured by full and open competition bids via the Naval Information Warfare Systems Command (NAVWAR) e-Commerce Central and the Federal Business Opportunities websites, with 10 offers received. Naval Information Warfare Systems Command,
Status
(Open)
Modified 12/18/24
Period of Performance
12/15/22
Start Date
12/15/32
Ordering Period End Date
Task Order Obligations and Backlog
$28.2M
Total Obligated
$28.2M
Current Award
$43.2M
Potential Award
$0.0
Funded Backlog
$15.0M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N0003923D9008
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0003923D9008
$-
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 N0003923D9008
Subcontract Awards
Disclosed subcontracts for N0003923D9008
Opportunity Lifecycle
Procurement history for N0003923D9008
Transaction History
Modifications to N0003923D9008
People
Suggested agency contacts for N0003923D9008
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
CHKKPGHNUYX1
Awardee CAGE
66257
Agency Detail
Awarding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
susana.l.wiker@navy.mil
Last Modified By
susana.l.wiker@navy.mil
Approved By
susana.l.wiker@navy.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Materials, Supplies, Articles & Equipment
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 12/18/24