N6449823D0002
Indefinite Delivery Contract
Overview
Government Description
PRODUCT IMPROVEMENT PROGRAM (PIP) SUPPORT SERVICES
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$3,000,000
Vehicle Ceiling
$12,870,313 (23% Used)
Related Opportunity
N6449821R4046
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Walpole, Massachusetts 2081 United States.
Sole Source This IDC was awarded sole source to Rolls-Royce Marine North America because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to Rolls-Royce Marine North America because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Rolls-Royce Marine North America was awarded
Indefinite Delivery Contract N6449823D0002 (N64498-23-D-0002)
by
NSWC Philadelphia Division
for Product Improvement Program (PIP) Support Services
in December 2022.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541330 and
PSC J028
via sole source acquisition procedures with 1 bid received.
To date, $3,749,702 has been obligated through this vehicle with a potential value of all existing task orders of $4,000,572.
The total ceiling is $12,870,313, of which 23% has been used.
As of today, the IDC has a total reported backlog of $1,101,551 and funded backlog of $850,681.
DOD Announcements
Dec 2022:
Rolls-Royce Marine North America Inc. (RRMNA), Walpole, Massachusetts, is awarded a $12,870,313 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of support services for the Product Improvement Program. The contractor shall provide all maintainability and availability and technical data programs for RRMNA products. Work will be performed at the contractor's facility located in Walpole, Massachusetts (82%); and at government sites as required (18%), and is expected to be completed by December 2028. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $150,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-0002).
Status
(Open)
Modified 7/30/24
Period of Performance
12/14/22
Start Date
12/14/27
Ordering Period End Date
Task Order Obligations and Backlog
$2.9M
Total Obligated
$3.7M
Current Award
$4.0M
Potential Award
$850.7K
Funded Backlog
$1.1M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6449823D0002
$-
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 N6449823D0002
Subcontract Awards
Disclosed subcontracts for N6449823D0002
Transaction History
Modifications to N6449823D0002
People
Suggested agency contacts for N6449823D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
HLVBPCA2LH41
Awardee CAGE
07309
Agency Detail
Awarding Office
N64498 NSWC PHILADELPHIA DIV
Funding Office
N64498 NSWC PHILADELPHIA DIV
Created By
francis.j.brady@navy.mil
Last Modified By
francis.j.brady@navy.mil
Approved By
francis.j.brady@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
MA-08
Senators
Edward Markey
Elizabeth Warren
Elizabeth Warren
Representative
Stephen Lynch
Last Modified: 7/30/24