N0018918D0021
Indefinite Delivery Contract
Overview
Government Description
Husbanding Support Services for Multiple Aors.
Awardee
Awarding Agency
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
$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
Task Order Obligations
$4.1M
Total Obligated
$4.1M
Current Award
$4.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N0018918D0021
$-
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 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
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