N0017819D7295
Indefinite Delivery Contract
Overview
Government Description
SEAPORT-NXG
Government Project
NAVY SEAPORT-NXG
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$10,000,000,000 (7% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chantilly, Virginia 20151 United States.
Forecast Listed as the incumbent in contract forecast LIPTM00307, DHRE IPT, DEFENSE HEALTH READINESS ENGINEERING SUPPORT II, NxG (C).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Forecast Listed as the incumbent in contract forecast LIPTM00307, DHRE IPT, DEFENSE HEALTH READINESS ENGINEERING SUPPORT II, NxG (C).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
CACI was awarded
Indefinite Delivery Contract N0017819D7295 (N00178-19-D-7295)
by
NSWC Dahlgren Division
for Seaport-Nxg
in January 2019.
The IDC
has a duration of 10 years and
was awarded
through solicitation SeaPort Next Generation
full & open
with
NAICS 541330 and
PSC R499
via direct negotiation acquisition procedures with 999 bids received.
To date, $908,968,130 has been obligated through this vehicle with a potential value of all existing task orders of $1,654,921,070.
The total ceiling is $10,000,000,000, of which 7% has been used.
As of today, the IDC has a total reported backlog of $909,872,259 and funded backlog of $163,919,319.
The vehicle was awarded through Seaport Next Generation (Seaport-NXG).
DOD Announcements
Mar 2025:
CACI Inc., Chantilly, Virginia, is being awarded a $7,667,734 task order (N68836-25-F-3000) under a previously awarded SeaPort E-MAC contract (N00178-19-D-7295) for professional and management services for the Naval Aviation Production Process Sustainment in support of the Chief of Naval Air Training. This contract includes a 12-month base period with three 12-month option periods and a six-month extension period in accordance with Federal Acquisition Regulation 52.218-8 option to extend services, which if exercised, will bring the total estimated value to $36,019,142. Primary work will be completed in Pensacola, Florida (32%); Corpus Christi, Texas (15%); and San Diego, California (11%); with the remaining work (42%) spread among various continental U.S. locations that cannot be specifically determined at this time: Virginia, California, Florida, North Carolina, Texas, Mississippi, Tennessee, South Carolina, and Washington. Base period is expected to be completed by March 2026; if all options on the contract are exercised, work will be completed by September 2029. Subject to the availability of funds, fiscal 2025 operation and maintenance funds (Navy) in the amount of $4,957,205 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited as a 100% full and open competition on SeaPort with two offers received. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity.
Status
(Open)
Modified 5/2/24
Period of Performance
1/1/19
Start Date
1/1/29
Ordering Period End Date
Task Order Obligations and Backlog
$745.0M
Total Obligated
$909.0M
Current Award
$1.7B
Potential Award
$163.9M
Funded Backlog
$909.9M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N0017819D7295
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0017819D7295
$-
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 N0017819D7295
Subcontract Awards
Disclosed subcontracts for N0017819D7295
Opportunity Lifecycle
Procurement history for N0017819D7295
Transaction History
Modifications to N0017819D7295
People
Suggested agency contacts for N0017819D7295
Competition
Number of Bidders
Not Applicable
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
N3PBJAVNKF61
Awardee CAGE
1QU78
Agency Detail
Awarding Office
N00178 NSWC DAHLGREN
Funding Office
N00178 NSWC DAHLGREN
Created By
victoria.disman.seaport@sa1700.sea
Last Modified By
victoria.disman.seaport@sa1700.sea
Approved By
victoria.disman.seaport@sa1700.sea
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Defense Health Program, Defense (097-0130) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $5,781,266 | 31% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $4,731,620 | 25% |
Defense Health Program, Defense (097-0130) | Department of Defense-Military | Other goods and services from Federal sources (25.3) | $3,999,985 | 21% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $2,757,650 | 15% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Advisory and assistance services (25.1) | $2,248,770 | 12% |
Last Modified: 5/2/24