N4008019D0311
Indefinite Delivery Contract
Overview
Government Description
NCR REGIONAL FACILITIES SUPPORT SERVICES
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
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$100,912,263 (50% Used)
Related Opportunity
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.
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. Â NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-19-D-0311). (Awarded: Jan. 29, 2021)
Dec 2024: Invicta Global LLC, Fort Worth, Texas, was awarded a $15,797,983 ceiling increase firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N400800-19-D-0311 for preventive maintenance. The total cumulative face value of the contract is $100,912,263. The contract modification is for preventive maintenance, inspections, and testing for facilities, ground structures, personal property equipment, installed equipment, and systems. Work will be performed at Naval Support Activity (NSA) Bethesda, Maryland; NSA Dahlgren, Virginia; NSA Indian Head, Maryland; and other locations within the Naval Facilities Engineering Systems Command area of responsibility, and will be completed by June 2025. Fiscal 2025 operation and maintenance (Navy) funds are obligated at time of award and will expire at the end of the current fiscal year. The NAVFAC Washington Acquisition Core, Washington, D.C., is the contracting activity (N40080-19-D-0311).
Dec 2024: Invicta Global LLC, Fort Worth, Texas, was awarded a $15,797,983 ceiling increase firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N400800-19-D-0311 for preventive maintenance. The total cumulative face value of the contract is $100,912,263. The contract modification is for preventive maintenance, inspections, and testing for facilities, ground structures, personal property equipment, installed equipment, and systems. Work will be performed at Naval Support Activity (NSA) Bethesda, Maryland; NSA Dahlgren, Virginia; NSA Indian Head, Maryland; and other locations within the Naval Facilities Engineering Systems Command area of responsibility, and will be completed by June 2025. Fiscal 2025 operation and maintenance (Navy) funds are obligated at time of award and will expire at the end of the current fiscal year. The NAVFAC Washington Acquisition Core, Washington, D.C., is the contracting activity (N40080-19-D-0311).
Status
(Open)
Modified 6/30/25
Period of Performance
6/2/19
Start Date
1/31/26
Ordering Period End Date
Task Order Obligations and Backlog
$50.7M
Total Obligated
$50.9M
Current Award
$50.9M
Potential Award
$209.0K
Funded Backlog
$209.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N4008019D0311
$-
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 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
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