Search IDVs

N0018918D0021

Indefinite Delivery Contract

Overview

Government Description
Husbanding Support Services for Multiple Aors.
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$355,699,993 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Panama.
Waypoint was awarded Indefinite Delivery Contract N0018918D0021 (N00189-18-D-0021) by U.S. Fleet Forces Command in February 2018. The IDC has a duration of 5 years and was awarded through solicitation Husbanding Support Services-West Coast Continental United States; Mexico; East Coast of Canada; Commonwealth of the Northern Mariana Islands; Bermuda; Caribbean; Central and South America; and Panama full & open with NAICS 488310 and PSC V228 via direct negotiation acquisition procedures with 9 bids received. To date, $4,071,260 has been obligated through this vehicle. The total ceiling is $355,699,993, of which 1% has been used.

DOD Announcements

Feb 2018: Kentucky Defense Services LLC, Covington, Kentucky (N00189-18-D-0020); and Waypoint LLC, Key West, Florida (N00189-18-D-0021), are two additional firms being awarded an estimated $144,000,000 under previously awarded request for proposals N00189-17-R-0040 multiple award firm-fixed price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide non-commercial husbanding support services on a port-by-port basis for U.S. ships and U.S. naval ships as well as Coast Guard ships visiting non-U.S. Navy ports.  The contracts will run concurrently and will include a 60-month base ordering period with an option for an additional six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8.  If the option period is exercised, the total estimated value of the contracts combined will be $235,000,000.  The ordering period of the contract is expected to be completed by February 2023; if all options are exercised, the ordering period will be completed by August 2023.  Work will be performed in West Coast continental U.S. (34.2 percent); Caribbean (21.1 percent); South America (16.5 percent); Commonwealth of the Northern Mariana Islands (8.8 percent); Mexico (6.7 percent); Canada (4.9 percent); Central America (2.8 percent); Bermuda (2.7 percent); and Panama (2.3 percent).  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $4,000 will be obligated ($2,000 on each of the two contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year.  This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504.  The requirement was posted to the Federal Business Opportunities website, with nine offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. 

Status
(Complete)

Modified 12/5/22
Period of Performance
2/15/18
Start Date
2/15/23
Ordering Period End Date
100% Complete

Task Order Obligations
$4.1M
Total Obligated
$4.1M
Current Award
$4.1M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N0018918D0021

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0018918D0021

$-

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 N0018918D0021

Subcontract Awards

Disclosed subcontracts for N0018918D0021

Opportunity Lifecycle

Procurement history for N0018918D0021

Transaction History

Modifications to N0018918D0021

People

Suggested agency contacts for N0018918D0021

Competition

Number of Bidders
9
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
TLLKE4QZG9N4
Awardee CAGE
75PM2
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N00060 U S FLEET FORCES COMMAND
Created By
ricardo.a.lopez4@navy.mil
Last Modified By
ricardo.a.lopez4@navy.mil
Approved By
ricardo.a.lopez4@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
SD-00
Senators
John Thune
Mike Rounds
Representative
Dusty Johnson

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Department of Defense Working Capital Fund, Defense (097-4930) Department of Defense-Military Other services from non-Federal sources (25.2) $728,703 85%
Operations and Support, Coast Guard, Homeland Security (070-0610) Water transportation Other services from non-Federal sources (25.2) $83,982 10%
Operations and Support, Coast Guard, Homeland Security (070-0610) Water transportation Supplies and materials (26.0) $74,014 9%
Operations and Support, Coast Guard, Homeland Security (070-0610) Water transportation Operation and maintenance of equipment (25.7) $52,913 6%
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of equipment (25.7) $26,119 3%
Last Modified: 12/5/22