N0002418D4325
Indefinite Delivery Contract
Overview
Government Description
AVAILS, CM, EM, MOD&REPAIR - CONUS
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$1,189,000,000 (12% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92136 United States.
Amendment Since initial award the Ordering Period End Date was extended from 02/27/23 to 07/31/25 and the Vehicle Ceiling has increased 49% from $800,000,000 to $1,189,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 02/27/23 to 07/31/25 and the Vehicle Ceiling has increased 49% from $800,000,000 to $1,189,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
BAE Systems San Diego Ship Repair was awarded
Indefinite Delivery Contract N0002418D4325 (N00024-18-D-4325)
by
Naval Sea Systems Command
for Avails, Cm, Em, Mod&Repair - Conus
in February 2018.
The IDC
has a duration of 7 years 5 months and
was awarded
through solicitation LCS Sustainment West Coast Multiple Award Indefinite Delivery Indefinite Quantity (MAC-IDIQ)-RFP
full & open
with
NAICS 336611 and
PSC J999
via direct negotiation acquisition procedures with 15 bids received.
To date, $147,152,244 has been obligated through this vehicle with a potential value of all existing task orders of $148,173,670.
The total ceiling is $1,189,000,000, of which 12% has been used.
As of today, the IDC has a total reported backlog of $1,021,426.
DOD Announcements
Feb 2018:
BAE Systems - San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics - National Steel and Shipbuilding Co., San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC, Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc., San Diego, California (N00024-18-D-4329); and East Coast Repair and Fabrication, Norfolk, Virginia (N00024-18-D-4330), are each being awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contracts (MAC) to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California (MAC I). These efforts consist of Chief of Naval Operations-scheduled maintenance availabilities, continuous maintenance, emergent maintenance, preventative maintenance, facilities maintenance and corrosion control in the continental U.S. (CONUS) and continuous maintenance, emergent maintenance, preventative maintenance and corrosion control outside the continental U.S. (OCONUS). In addition, Life Cycle Engineering Inc., Charleston, South Carolina (N00024-18-D-4331); Colonna’s Shipyard West LLC, San Diego, California (N00024-18-D-4332); Continental Tide Defense Systems Inc., Reading, Pennsylvania (N00024-18-D-4335); Epsilon Systems Solutions Inc., San Diego, California (N00024-18-D-4336); Southcoast Welding and Manufacturing LLC, Chula Vista, California (N00024-18-D-4337); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00024-18-D-4338) are each being awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity MACs to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California (MAC II). These efforts consist of preventative maintenance, facilities maintenance and corrosion control in CONUS. The MAC I contracts will have a ceiling of $250,000,000, and the MAC II contracts will have a ceiling of $109,579,650. MAC I holders will perform all OCONUS work in addition to CONUS Chief of Naval Operations-scheduled maintenance availabilities, emergent maintenance and continuous maintenance. MAC II holders will perform CONUS preventative maintenance, facilities maintenance and corrosion control. MAC II orders are anticipated to be set aside for small business, which includes all MAC II holders and some MAC I holders. MAC II line items are included in the MAC I contracts so that small business MAC I holders can bid on those orders and, in the event two or more small business MAC holders are not available to compete for such work, the large business MAC I holders may compete. Delivery orders will be compe
Apr 2020: BAE Systems San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics National Steel and Shipbuilding Co., San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC, Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc., San Diego, California (N00024-18-D-4329); and East Coast Repair and Fabrication, Norfolk, Virginia (N00024-18-D-4330), are each being awarded a $550,000,000 increase to the maximum potential cumulative total orders for all firm-fixed-price, cost plus-fixed-fee, indefinite-delivery/indefinite-quantity (IDIQ), multiple award Tier I contracts (MAC I). The MAC I cumulative contract ceiling for all five ordering periods is being increased by $550,000,000 from $250,000,000 to $800,000,000. This is an increase to the maximum potential cumulative total orders for all firm-fixed-price, cost-plus-fixed-fee IDIQ and MAC I to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California; the continental U.S. (OCONUS); and contiguous U.S. (CONUS). Work will be performed in San Diego, California, and these efforts consist of Chief of Naval Operations availabilities, continuous maintenance, emergent maintenance, preventative maintenance, facilities maintenance and corrosion control in CONUS; and continuous maintenance, emergent maintenance, preventative maintenance, and corrosion control outside OCONUS. Work is expected to be complete by February 2020. Each of the contracts has a five-year ordering period. The six MAC I holders will have the opportunity to offer on individual delivery orders. Delivery orders will be competitively awarded under these contracts which are to be performed in San Diego, California, and other CONUS and OCONUS locations, as appropriate. No funding is being obligated at this time. These contracts were competitively procured via the Federal Business Opportunities website and 15 offers were received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Jan 2023: BAE Systems – San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics – National Steel and Shipbuilding Co. (NASSCO), San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC,* Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-18-D-4329); East Coast Repair and Fabrication,* Norfolk, Virginia (N00024-18-D-4330); Austal USA LLC, Mobile, Alabama (N00024-21-D-4443); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N00024-21-D-4444); and Continental Marine of San Diego LLC, San Diego, California (N00024-21-D-4445), are awarded a combined $389,000,000 in firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modifications to the previously awarded multiple award contract for maintenance, modernization and repair requirements for littoral combat ships homeported in San Diego, California. Work will be performed on the West Coast of the continental U.S. (95%); and outside the continental U.S. (OCONUS) (5%). Of the work performed OCONUS, the country included is Singapore. Work is expected to be completed by October 2023. No funding will be obligated at time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Apr 2020: BAE Systems San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics National Steel and Shipbuilding Co., San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC, Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc., San Diego, California (N00024-18-D-4329); and East Coast Repair and Fabrication, Norfolk, Virginia (N00024-18-D-4330), are each being awarded a $550,000,000 increase to the maximum potential cumulative total orders for all firm-fixed-price, cost plus-fixed-fee, indefinite-delivery/indefinite-quantity (IDIQ), multiple award Tier I contracts (MAC I). The MAC I cumulative contract ceiling for all five ordering periods is being increased by $550,000,000 from $250,000,000 to $800,000,000. This is an increase to the maximum potential cumulative total orders for all firm-fixed-price, cost-plus-fixed-fee IDIQ and MAC I to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California; the continental U.S. (OCONUS); and contiguous U.S. (CONUS). Work will be performed in San Diego, California, and these efforts consist of Chief of Naval Operations availabilities, continuous maintenance, emergent maintenance, preventative maintenance, facilities maintenance and corrosion control in CONUS; and continuous maintenance, emergent maintenance, preventative maintenance, and corrosion control outside OCONUS. Work is expected to be complete by February 2020. Each of the contracts has a five-year ordering period. The six MAC I holders will have the opportunity to offer on individual delivery orders. Delivery orders will be competitively awarded under these contracts which are to be performed in San Diego, California, and other CONUS and OCONUS locations, as appropriate. No funding is being obligated at this time. These contracts were competitively procured via the Federal Business Opportunities website and 15 offers were received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Jan 2023: BAE Systems – San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics – National Steel and Shipbuilding Co. (NASSCO), San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC,* Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-18-D-4329); East Coast Repair and Fabrication,* Norfolk, Virginia (N00024-18-D-4330); Austal USA LLC, Mobile, Alabama (N00024-21-D-4443); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N00024-21-D-4444); and Continental Marine of San Diego LLC, San Diego, California (N00024-21-D-4445), are awarded a combined $389,000,000 in firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modifications to the previously awarded multiple award contract for maintenance, modernization and repair requirements for littoral combat ships homeported in San Diego, California. Work will be performed on the West Coast of the continental U.S. (95%); and outside the continental U.S. (OCONUS) (5%). Of the work performed OCONUS, the country included is Singapore. Work is expected to be completed by October 2023. No funding will be obligated at time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Status
(Open)
Modified 12/5/24
Period of Performance
2/27/18
Start Date
7/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$147.2M
Total Obligated
$147.2M
Current Award
$148.2M
Potential Award
$0.0
Funded Backlog
$1.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0002418D4325
$-
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 N0002418D4325
Subcontract Awards
Disclosed subcontracts for N0002418D4325
Opportunity Lifecycle
Procurement history for N0002418D4325
Transaction History
Modifications to N0002418D4325
People
Suggested agency contacts for N0002418D4325
Competition
Number of Bidders
15
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
ZMBFGXHLGLM3
Awardee CAGE
57701
Agency Detail
Awarding Office
N00024 NAVSEA HQ
Funding Office
N00024 NAVSEA HQ
Created By
paul.kang@navy.mil
Last Modified By
paul.kang@navy.mil
Approved By
paul.kang@navy.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
CA-52
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Juan Vargas
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $35,404,009 | 484% |
Last Modified: 12/5/24