N0017821D4405
Indefinite Delivery Contract
Overview
Government Description
MACC Ordering Period
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$30,000,000 (13% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dahlgren, Virginia 22448 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: Dahlgren Multiple Award Construction Contract (MACC), Dahlgren Multiple Award Construction Contract (MACC)
Amendment Since initial award the Ordering Period End Date was extended from 02/01/26 to 02/01/27.
Recompete The following similar solicitation(s) may continue aspects of this idv: Dahlgren Multiple Award Construction Contract (MACC), Dahlgren Multiple Award Construction Contract (MACC)
Amendment Since initial award the Ordering Period End Date was extended from 02/01/26 to 02/01/27.
Cremer Global Services was awarded
Indefinite Delivery Contract N0017821D4405 (N00178-21-D-4405)
by
NSWC Dahlgren Division
in February 2021.
The IDC
has a duration of 6 years and
was awarded
through solicitation Multiple Award Construction Contract (MACC)
with a Small Business Total set aside
with
NAICS 236220 and
PSC Z1HB
via direct negotiation acquisition procedures with 11 bids received.
To date, $3,979,756 has been obligated through this vehicle.
The total ceiling is $30,000,000, of which 13% has been used.
The vehicle was awarded through NSWCDD Multiple Award Construction Contract (MACC).
DOD Announcements
Feb 2021:
ACTS-Meltech JV1 LLC,* Virginia Beach, Virginia (N00178-21-D-4403); Athena Construction Group Inc.,* Triangle, Virginia (N00178-21-D-4404); Cremer Global Services Inc.,* Melbourne, Florida (N00178-21-D-4405); Encon Desbuild JV2 LLC,* Bladensburg, Maryland (N00178-21-D-4406); HSU EGI JV LLC,* Gaithersburg, Maryland (N00178-21-D-4407); Matos Builders LLC,* Baltimore, Maryland (N00178-21-D-4408); New Dominion Construction LLC,* Dumfries, Virginia (N00178-21-D-4409); Signature Renovations LLC,* Capitol Heights, Maryland (N00178-21-D-4410); and Trinity USA Contracting Inc.,* White Stone, Virginia (N00178-21-D-4411), are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facility repairs and renovations in multiple buildings, trailers and labs. This contract was competitively awarded among HUBZone small businesses. It provides standard maintenance, sustainment, repair and minor construction as well as field surveying of sites, mapping of new site conditions, soil boring sampling, sampling and testing of potential existing hazardous construction materials, performing and providing engineering analysis and evaluations for purposes of structural and electrical capacities and providing energy computations for infrastructure solutions. Operation and execution are primarily focused in repairing, upgrading and nonstructural construction in accordance with and not exceeding Category II of the Naval Facilities Engineering Command Engineering & Construction Bulletin Issue No.2006-04. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. These contracts do not include options and consist of a cumulative value of $30,000,000 over a five-year period to the nine vendors combined. Work will be performed in Dahlgren, Virginia (85%); Wallops Island, Virginia (5%); Virginia Beach, Virginia (5%); and Washington, D.C. (5%), and is expected to be completed by February 2026. Fiscal 2021 sustainment, restoration and modernization funds in the amount of $4,500 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the beta.SAM.gov website, with 11 offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.
Status
(Open)
Modified 2/24/26
Period of Performance
2/1/21
Start Date
2/1/27
Ordering Period End Date
Task Order Obligations
$4.0M
Total Obligated
$4.0M
Current Award
$4.0M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N0017821D4405
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N0017821D4405
$-
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 N0017821D4405
Subcontract Awards
Disclosed subcontracts for N0017821D4405
Opportunity Lifecycle
Procurement history for N0017821D4405
Transaction History
Modifications to N0017821D4405
People
Suggested agency contacts for N0017821D4405
Competition
Number of Bidders
11
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
H68JWJEAH4H6
Awardee CAGE
7D7V0
Agency Detail
Awarding Office
N00178 NSWC DAHLGREN
Funding Office
N00178 NSWC DAHLGREN
Created By
darrell.s.haas@navy.mil
Last Modified By
jason.clarke@sa1700.sea.dahlgren
Approved By
darrell.s.haas@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
FL-08
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Bill Posey
Last Modified: 2/24/26