Search IDVs

N4008019D0311

Indefinite Delivery Contract

Overview

Government Description
NCR REGIONAL FACILITIES SUPPORT SERVICES
Awardee
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
Single Agency
Vehicle Ceiling
$100,912,263 (50% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Bethesda, Maryland 20889 United States.
Incumbent Based on the size of recent awards, Invicta Global may exceed the set-aside threshold of $47 million for NAICS 561210 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 05/31/24 to 01/31/26 and the Vehicle Ceiling has increased 19% from $85,114,280 to $100,912,263.
Invicta Global was awarded Indefinite Delivery Contract N4008019D0311 (N40080-19-D-0311) by Naval Facilities Engineering Command for Ncr Regional Facilities Support Services in June 2019. The IDC has a duration of 6 years 7 months and was awarded through solicitation REVISED DRAFT SOLICITATION with a Small Business Total set aside with NAICS 561210 and PSC S216 via direct negotiation acquisition procedures with 2 bids received. To date, $50,925,000 has been obligated through this vehicle. The total ceiling is $100,912,263, of which 50% has been used. As of today, the IDC has a total reported backlog of $209,013 and funded backlog of $209,013.

DOD Announcements

Feb 2021: Invicta Global LLC,* Fort Worth, Texas, was awarded a $14,600,550 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three under a contract for base operating support services at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). After award of this option, the total cumulative contract value will be $39,316,621. The work to be performed is all labor, material, equipment, management and administration for utilities, transportation and facility support services to include fire protection services, facilities management and investment, base support vehicles and equipment, urgent, emergency and routine services for facility support services. Work will be performed in NAVFAC Washington AO, including but not limited to Bethesda, Maryland (40%); Washington, D.C. (40%); Indian Head, Maryland (10%); and Dahlgren, Virginia (10%). This option period is from Feb. 1, 2021, to Jan. 31, 2022. No funds were obligated at time of award. Operation and maintenance, (Navy); and fiscal 2021 Navy working capital funds in the amount of $6,488,840 for recurring work will be obligated on individual task orders issued during the option period.  NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-19-D-0311). (Awarded: Jan. 29, 2021)

Status
(Open)

Modified 6/30/25
Period of Performance
6/2/19
Start Date
1/31/26
Ordering Period End Date
96.0% Complete

Task Order Obligations and Backlog
$50.7M
Total Obligated
$50.9M
Current Award
$50.9M
Potential Award
100% Funded
$209.0K
Funded Backlog
$209.0K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N4008019D0311

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N4008019D0311

$-

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 N4008019D0311

Subcontract Awards

Disclosed subcontracts for N4008019D0311

Opportunity Lifecycle

Procurement history for N4008019D0311

Transaction History

Modifications to N4008019D0311

People

Suggested agency contacts for N4008019D0311

Competition

Number of Bidders
2
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
ZSFHH7DE9N85
Awardee CAGE
85ZD9
Agency Detail
Awarding Office
N40080 NAVFACSYSCOM WASHINGTON
Funding Office
N40080 NAVFACSYSCOM WASHINGTON
Created By
shauna.lloyd@navy.mil
Last Modified By
shauna.lloyd@navy.mil
Approved By
shauna.lloyd@navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
TX-12
Senators
John Cornyn
Ted Cruz
Representative
Kay Granger

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of facilities (25.4) $4,966,085 70%
Defense Health Program, Defense (097-0130) Department of Defense-Military Other goods and services from Federal sources (25.3) $1,124,794 16%
Operation and Maintenance, Air Force (057-3400) Department of Defense-Military Operation and maintenance of facilities (25.4) $766,798 11%
Defense Health Program, Defense (097-0130) Department of Defense-Military Other services from non-Federal sources (25.2) $235,199 3%
Last Modified: 6/30/25