70Z04025D62401Y00
Indefinite Delivery Contract
Overview
Government Description
Floating crane services to support the USCG yard with lifting of vessels during docking and undocking operations, lift, load tests on cradle, spreader bars. Additional work includes multi-event floating crane service for loading or unloading vessels, single event service for undocking or docking, weekend event service for multiple lifts, and testing of cradles and spreader bars using certified weights or means as per sflc standard specification 8634. Services also cover weight testing of lifting gear and relocation of vessels at various locations at the U.S. Coast Guard yard.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$6,074,015 (15% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Curtis Bay, Maryland 21226 United States.
Amendment Since initial award the Ordering Period End Date was extended from 03/11/26 to 03/11/27.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Amendment Since initial award the Ordering Period End Date was extended from 03/11/26 to 03/11/27.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Mclean Contracting Company was awarded
Indefinite Delivery Contract 70Z04025D62401Y00 (70Z040-25-D-62401Y00)
by
Coast Guard
for Floating Crane Services (USCG Yard)
in March 2025.
The IDC
has a duration of 2 years and
was awarded
through solicitation Floating Crane Services
full & open
with
NAICS 488330 and
PSC V125
via simplified acquisition acquisition procedures with 2 bids received.
To date, $900,900 has been obligated through this vehicle.
The total ceiling is $6,074,015, of which 15% has been used.
Status
(Open)
Modified 1/29/26
Period of Performance
3/11/25
Start Date
3/11/27
Ordering Period End Date
Task Order Obligations
$900.9K
Total Obligated
$900.9K
Current Award
$900.9K
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z04025D62401Y00
$-
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 70Z04025D62401Y00
Subcontract Awards
Disclosed subcontracts for 70Z04025D62401Y00
Opportunity Lifecycle
Procurement history for 70Z04025D62401Y00
Transaction History
Modifications to 70Z04025D62401Y00
People
Suggested agency contacts for 70Z04025D62401Y00
Competition
Number of Bidders
2
Solicitation Procedures
Simplified Acquisition
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
Yes
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
EHNWY889BFY9
Awardee CAGE
0G1T6
Agency Detail
Awarding Office
70Z040 SFLC PROCUREMENT BRANCH 3(00040)
Funding Office
70Z00B SURFACE FORCES LOGISTICS CENTER
Created By
7008cldreszer
Last Modified By
7008kawyatt
Approved By
7008kawyatt
Legislative
Legislative Mandates
None Applicable
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 1/29/26