Search IDVs

N0018925D0028

Indefinite Delivery Contract

Overview

Government Description
LIGHTWEIGHT MODUAR BERTHS
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$17,000,000
Vehicle Ceiling
$17,000,000 (0% Used)
Quality Metal Works was awarded Indefinite Delivery Contract N0018925D0028 (N00189-25-D-0028) by Mid-Atlantic Regional Maintenance Center for Lightweight Moduar Berths in August 2025. The IDC has a duration of 5 years and was awarded through solicitation Shipboard Modular Berths with a Small Business Total set aside with NAICS 336611 and PSC 2090 via direct negotiation acquisition procedures with 4 bids received. The total ceiling is $17,000,000, of which 0% has been used.

DOD Announcements

Aug 2025: Pacific Maritime Industries Corp.,* San Diego, California (N0018925D0027); Quality Metal Works Inc.,* New Orleans, Louisiana (N0018925D0028); and Atlantic Fabrication & Boiler Services,* Portsmouth, Virginia (N0018925D0033), are being awarded a $13,000,000 multiple award, fixed-fee, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders, to provide commander, Mid-Atlantic Regional Maintenance Command lightweight modular berth, related material, and replacement parts in support of the Shipboard Habitability Improvement Program. Each of the three contracts will run concurrently and will include a 60-month base ordering period with a six-month option period. The ordering period is expected to begin August 2025 and be completed by August 2030; if the option is exercised, work will be completed by February 2031. Work will be performed in San Diego, California; New Orleans, Louisiana; and Portsmouth, Virginia, and percentage of work cannot be determined at this time. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $1,500 will be obligated ($500 on each of the three contracts) to fund the contracts’ minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement was competitively procured under a small business set-aside pursuant to Federal Acquisition Regulation 16.504 with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

Status
(Open)

Modified 8/12/25
Period of Performance
8/12/25
Start Date
8/12/30
Ordering Period End Date
5.0% Complete

Task Order Obligations
$0
Total Obligated
$0
Current Award
$0
Potential Award
0% Funded

Award Hierarchy

Indefinite Delivery Contract

N0018925D0028

Contracts

0

Subcontracts

0

Opportunity Lifecycle

Procurement history for N0018925D0028

Transaction History

Modifications to N0018925D0028

People

Suggested agency contacts for N0018925D0028

Competition

Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
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
UAFFQ1JBZ3H7
Awardee CAGE
38TD5
Agency Detail
Awarding Office
N00189 NAVSUP FLT LOG CTR NORFOLK
Funding Office
N50054 MID ATLANTIC REG MAINT CTR
Created By
jill.h.joscelyn-smith.civ.n00189@us.navy.mil
Last Modified By
jill.h.joscelyn-smith.civ.n00189@us.navy.mil
Approved By
jill.h.joscelyn-smith.civ.n00189@us.navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
LA-01
Senators
Bill Cassidy
John Kennedy
Representative
Steve Scalise
Last Modified: 8/12/25