N6523620D8001
Indefinite Delivery Contract
Overview
Government Description
ESS AND EMS SERVICES AND SOLUTIONS
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$98,000,492
Vehicle Ceiling
$98,000,492 (68% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Mclean, Virginia 22102 United States.
Forecast Listed as the incumbent in contract forecast Emergent and Special Security Solutions (CIR 23-011) (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 Emergent and Special Security Solutions (CIR 23-011) (C).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
M. C. Dean was awarded
Indefinite Delivery Contract N6523620D8001 (N65236-20-D-8001)
by
Naval Information Warfare Systems Command
for Ess And Ems Services And Solutions
in January 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation Emergent and Special Security Solutions
full & open
with
NAICS 541330 and
PSC N063
via direct negotiation acquisition procedures with 1 bid received.
To date, $69,504,721 has been obligated through this vehicle with a potential value of all existing task orders of $88,334,060.
The total ceiling is $98,000,492, of which 68% has been used.
As of today, the IDC has a total reported backlog of $21,346,603 and funded backlog of $2,517,263.
DOD Announcements
Jan 2020:
M.C. Dean Inc., Tysons, Virginia, is awarded a $98,000,492 single award, indefinite-delivery/indefinite-quantity performance-based contract (N65236-20-D-8001) with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. This contract is for the design, development and sustainment of electronic security systems and emergency management systems solutions for Department of Defense and federal agencies at shore installations worldwide. The contract will provide rapid and streamlined procurement of electronic security systems and emergency management systems solutions where there are emerging or special security requirements that require rapid response in order to mitigate and limit risk exposure to cyber and physical security threats. The contract includes a five-year ordering period. Contract funds in the amount of $25,000 will be obligated at the time of award. Work will be performed in Washington, District of Columbia (77%); and Charleston, South Carolina (23%), and is expected to be completed by January 2026. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command-Electronic Commerce Central website and the Federal Business Opportunities website, with one timely offer received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Status
(Complete)
Modified 12/13/24
Period of Performance
1/16/20
Start Date
1/21/25
Ordering Period End Date
Task Order Obligations and Backlog
$67.0M
Total Obligated
$69.5M
Current Award
$88.3M
Potential Award
$2.5M
Funded Backlog
$21.3M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6523620D8001
$-
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 N6523620D8001
Subcontract Awards
Disclosed subcontracts for N6523620D8001
Opportunity Lifecycle
Procurement history for N6523620D8001
Transaction History
Modifications to N6523620D8001
People
Suggested agency contacts for N6523620D8001
Competition
Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
RD55NEXJ5EW4
Awardee CAGE
3K773
Agency Detail
Awarding Office
N65236 NIWC ATLANTIC
Funding Office
N65236 NIWC ATLANTIC
Created By
mellisa.r.sistare@navy.mil
Last Modified By
mellisa.r.sistare@navy.mil
Approved By
mellisa.r.sistare@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $506,269 | 59% |
Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Equipment (31.0) | $161,166 | 19% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $150,566 | 18% |
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Advisory and assistance services (25.1) | $39,182 | 5% |
Last Modified: 12/13/24