Search IDVs

N3943020D2225

Indefinite Delivery Contract

Overview

Government Description
POL MULTIPLE AWARD CONSTRUCTION CONTRACT
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$895,000,000 (26% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pearl Harbor, Hawaii 96860 United States.
Amendment Since initial award the Ordering Period End Date was extended from 02/28/25 to 08/31/25 and the Vehicle Ceiling has increased 2% from $880,000,000 to $895,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Aptim Federal Services was awarded Indefinite Delivery Contract N3943020D2225 (N39430-20-D-2225) by NAVFAC Engineering and Expeditionary Warfare Center for Pol Multiple Award Construction Contract in February 2020. The IDC has a duration of 5 years 5 months and was awarded through solicitation NAVFAC EXWC Global Petroleum Oils and Lubricants Worldwide full & open with NAICS 237120 and PSC Z2NA via two step acquisition procedures with 18 bids received. To date, $230,406,258 has been obligated through this vehicle. The total ceiling is $895,000,000, of which 26% has been used. The vehicle was awarded through Expeditionary Warfare Center (EXWC) Global Petroleum Oils and Lubricants Worldwide.

DOD Announcements

Feb 2020: Bristol Engineering Services Co. LLC,* Anchorage, Alaska (N39430-20-D-2221); Dawson Enterprises LLC,* Honolulu, Hawaii (N39430-20-D-2222); GSI-Pond JV LLC,* Flemington, New Jersey (N39430-20-D-2223); Reliable Contracting Group LLC,* Louisville, Kentucky (N39430-20-D-2224); Aptim Federal Services LLC, Alexandria, Virginia (N39430-20-D-2225); CAPE-Burns and McDonnell JV, Kansas City, Missouri (N39430-20-D-2226); Weston Solutions Inc., West Chester, Pennsylvania (N39430-20-D-2227); and Wood Environment and Infrastructure Solutions Inc., Blue Bell, Pennsylvania (N39430-20-D-2228), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract to provide sustainment, restoration and modernization services for petroleum, oil and lubricant (POL) systems at various locations worldwide.  The work to be performed provides for design, engineering, inspection, testing, maintenance and repair and new construction of POL fuel systems such as pipelines, fuel storage tanks, and associated facilities at POL facilities worldwide.  The maximum dollar value of the 60-month ordering period for all eight contracts combined is $880,000,000.  Aptim Federal Services LLC is being awarded the seed task order in the amount of $623,600 for clean, inspect and repair services of POL fuel storage tanks located at Naval Base Point Loma.  Work for this task order is expected to be completed by November 2020.  All work on this contract will be performed worldwide.  Based on current trends, work will be distributed to the continental U.S. (CONUS) (35%); Far East (35%); Hawaii (15%); Europe (10%); and Marianas (5%). For the CONUS locations, the 35% is estimated to be distributed to California (10.5%); Virginia (10.5%); Florida (5.25%); Washington (5.25%); Texas (1.75%); Georgia (0.35%); Louisiana (0.35%); Maryland (0.35%); Nevada (0.35%); and North Carolina (0.35%).  The term of the contract is not to exceed 60 months, with an expected completion date of February 2025.  Fiscal 2020 defense working capital funds (DWCF) in the amount of $693,600 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by DWCF.  This contract was competitively procured via the Federal Business Opportunities website with 18 proposals received.  These eight contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Status
(Complete)

Modified 7/30/25
Period of Performance
2/29/20
Start Date
8/31/25
Ordering Period End Date
100% Complete

Task Order Obligations
$230.4M
Total Obligated
$230.4M
Current Award
$230.4M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N3943020D2225

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N3943020D2225

$-

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 N3943020D2225

Subcontract Awards

Disclosed subcontracts for N3943020D2225

Opportunity Lifecycle

Procurement history for N3943020D2225

Transaction History

Modifications to N3943020D2225

People

Suggested agency contacts for N3943020D2225

Competition

Number of Bidders
18
Solicitation Procedures
Two Step
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JT9NZ8J1KQF5
Awardee CAGE
1YQ36
Agency Detail
Awarding Office
N39430 NAVFAC SYSTEMS AND EXP WARFARE CTR
Funding Office
N39430 NAVFAC SYSTEMS AND EXP WARFARE CTR
Created By
crystal.s.brooks2@navy.mil
Last Modified By
danielle.ortega.n39430@sa1700.fac.exwc
Approved By
crystal.s.brooks2@navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
VA-02
Senators
Mark Warner
Timothy Kaine
Representative
Jennifer Kiggans
Last Modified: 7/30/25