N3220525D4049
Indefinite Delivery Contract
Overview
Government Description
MSC EPF LAYBERTH SERVICES MAC IDIQ
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
Individual Order Limit
$248,753,750
Vehicle Ceiling
$248,753,750 (3% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Newport News, Virginia 23607 United States.
Fairlead Boatworks was awarded
Indefinite Delivery Contract N3220525D4049 (N32205-25-D-4049)
by
MSC Headquarters
for Msc Epf Layberth Services Mac Idiq
in February 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation MSC EPF LAY-BERTH SERVICES
with a Small Business Total set aside
with
NAICS 336611 and
PSC M2BZ
via direct negotiation acquisition procedures with 5 bids received.
To date, $26,694,312 has been obligated through this vehicle with a potential value of all existing task orders of $127,114,146.
The total ceiling is $248,753,750, of which 3% has been used.
As of today, the IDC has a total reported backlog of $119,630,193 and funded backlog of $19,210,359.
The vehicle was awarded through Expeditionary Fast Transport Layberth Services (EPF Layberth Services).
DOD Announcements
Feb 2025:
East Coast Repair & Fabrication LLC* of Portsmouth, Virginia (N3220525D4053); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220525D4049); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4050); GMD Shipyard Corp.,* Brooklyn, New York (N3220525D4051); and Rhoads Industries Inc.,* Philadelphia, Pennsylvania (N3220525D4052), are each being awarded a $128,728,618 maximum ceiling across all vendors, firm-fixed-price, multiple-award contract with an indefinite-delivery/indefinite-quantity ordering type for a five-year base period to provide lay-berthing services to Military Sealift Command Expeditionary Fast Transport vessels. The contract will be performed in Newport News, Virginia; Port Arthur, Texas; Brooklyn, New York; and Philadelphia, Pennsylvania, beginning on Feb. 28, 2025 and will conclude on Feb. 27, 2030. This contract was a competitive small business set aside with proposals solicited via SAM.gov website; with five timely proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
May 2025: East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N3220525D4053); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220525D4049); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4050); GMD Shipyard Corp.,* Brooklyn, New York (N3220525D4051); and Rhoads Industries Inc.,* Philadelphia, Pennsylvania (N3220525D4052), have been issued a $120,035,122 contract modification, increasing the contract ceiling from $128,728,618 to $248,753,750. The contract is a firm-fixed-price, multiple-award contract with an indefinite-delivery/indefinite-quantity ordering type for a five-year base period to provide lay-berthing services to Military Sealift Command Expeditionary Fast Transport vessels. The contract is performed in Newport News, Virginia; Port Arthur, Texas; Brooklyn, New York; and Philadelphia, Pennsylvania, beginning on Feb. 28, 2025, and will conclude on Feb. 27, 2030. This base contract was a competitive small business set aside with proposals solicited via the Government Point of Entry website; five timely proposals were received. No other changes to the contract are being made at this time. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
May 2025: East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N3220525D4053); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220525D4049); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4050); GMD Shipyard Corp.,* Brooklyn, New York (N3220525D4051); and Rhoads Industries Inc.,* Philadelphia, Pennsylvania (N3220525D4052), have been issued a $120,035,122 contract modification, increasing the contract ceiling from $128,728,618 to $248,753,750. The contract is a firm-fixed-price, multiple-award contract with an indefinite-delivery/indefinite-quantity ordering type for a five-year base period to provide lay-berthing services to Military Sealift Command Expeditionary Fast Transport vessels. The contract is performed in Newport News, Virginia; Port Arthur, Texas; Brooklyn, New York; and Philadelphia, Pennsylvania, beginning on Feb. 28, 2025, and will conclude on Feb. 27, 2030. This base contract was a competitive small business set aside with proposals solicited via the Government Point of Entry website; five timely proposals were received. No other changes to the contract are being made at this time. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Status
(Open)
Modified 5/15/25
Period of Performance
2/27/25
Start Date
2/27/30
Ordering Period End Date
Task Order Obligations and Backlog
$7.5M
Total Obligated
$26.7M
Current Award
$127.1M
Potential Award
$19.2M
Funded Backlog
$119.6M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N3220525D4049
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N3220525D4049
$-
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 N3220525D4049
Subcontract Awards
Disclosed subcontracts for N3220525D4049
Opportunity Lifecycle
Procurement history for N3220525D4049
Transaction History
Modifications to N3220525D4049
People
Suggested agency contacts for N3220525D4049
Competition
Number of Bidders
5
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
MLE8U3XRN187
Awardee CAGE
05XE4
Agency Detail
Awarding Office
N32205 MSCHQ NORFOLK
Funding Office
N32205 MSCHQ NORFOLK
Created By
alvinia.jenkins@navy.mil
Last Modified By
alvinia.jenkins@navy.mil
Approved By
alvinia.jenkins@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Scott
Last Modified: 5/15/25