Search IDVs

N0017821D4406

Indefinite Delivery Contract

Overview

Government Description
MACC ORDERING PERIOD
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 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dahlgren, Virginia 22448 United States.
Forecast Listed as the incumbent in contract forecast NSWCDD Code 102 - Construction Multiple Award IDIQ Follow-On to N0017821D4406 (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: DNA Construction Engineering Support, DNA Construction Engineering Support
Incumbent Encon Desbuild JV 2 has indicated it no longer qualifies as a Small Business for NAICS 236220, which may limit its ability to win future recompetes with a set-aside
Encon Desbuild JV 2 was awarded Indefinite Delivery Contract N0017821D4406 (N00178-21-D-4406) by NSWC Dahlgren Division for Macc Ordering Period in February 2021. The IDC has a duration of 5 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, $656,500 has been obligated through this vehicle. The total ceiling is $30,000,000, of which 2% 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 5/19/25
Period of Performance
2/1/21
Start Date
2/1/26
Ordering Period End Date
93.0% Complete

Task Order Obligations
$656.5K
Total Obligated
$656.5K
Current Award
$656.5K
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N0017821D4406

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0017821D4406

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under N0017821D4406

Subcontract Awards

Disclosed subcontracts for N0017821D4406

Opportunity Lifecycle

Procurement history for N0017821D4406

Transaction History

Modifications to N0017821D4406

People

Suggested agency contacts for N0017821D4406

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
KVKEB9AJHSB6
Awardee CAGE
8LX87
Agency Detail
Awarding Office
N00178 NSWC DAHLGREN
Funding Office
N00178 NSWC DAHLGREN
Created By
darrell.s.haas@navy.mil
Last Modified By
darrell.s.haas@navy.mil
Approved By
darrell.s.haas@navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
MD-04
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Glenn Ivey
Last Modified: 5/19/25