N4008021D0015
Indefinite Delivery Contract
Overview
Government Description
BASE YR ROOFING IDIQ AWARD.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Hubzone Set-Aside (HZC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$2,000,000
Vehicle Ceiling
$45,000,000 (40% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Patuxent River, Maryland 20670 United States.
Sustainable Building Solutions was awarded
Indefinite Delivery Contract N4008021D0015 (N40080-21-D-0015)
by
Naval Facilities Engineering Command
for Base Yr Roofing Idiq Award.
in July 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation ROOFING IDIQ FOR NRDE COMMANDS AT NAS PATUXENT RIVER, NSF INDIAN HEAD AND NSF DAHLG
with a Hubzone set aside
with
NAICS 238160 and
PSC Z1JZ
via direct negotiation acquisition procedures with 5 bids received.
To date, $18,191,874 has been obligated through this vehicle.
The total ceiling is $45,000,000, of which 40% has been used.
DOD Announcements
Jul 2021:
Sustainable Building Solutions LLC,* Washington, D.C., is awarded a maximum-value $45,000,000 firm fixed price, indefinite-delivery/indefinite-quantity contract for design-bid-build roofing repairs and replacement projects at Naval Air Station Patuxent River, Naval Support Facility Indian Head, and Naval Support Facility Dahlgren. Work will be performed in Patuxent River, Maryland; Indian Head, Maryland; and Dahlgren, Virginia, and is expected to be completed by July 2026. An initial task order (N4008021F4797) is awarded at $136,233 for replacement of the roof for Building B-606 at Naval Air Station Patuxent River, Maryland. Work for this task order will be performed in Patuxent River, Maryland, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $136,233 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with five proposals received. The Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N40080-21-D-0015).
Jul 2022: Sustainable Building Solutions LLC, Washington, D.C., is awarded a $45,000,000 firm-fixed-price modification to a previously awarded contract (N40080-21-D-0015). This modification provides for the exercise of Option 1 and increases the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for roofing repairs and replacement at Naval Air Station Patuxent River, Maryland; Naval Support Facility (NSF) Indian Head, Maryland; and NSF Dahlgren, Virginia. Work will be performed in Patuxent River, Maryland (40%); Indian Head, Maryland (30%); Annapolis, Maryland (15%); and Dahlgren, Virginia (15%). Work is expected to be completed by July 2026. The total contract amount after exercise of this option will be $18,000,000. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $9,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.
Jul 2022: Sustainable Building Solutions LLC, Washington, D.C., is awarded a $45,000,000 firm-fixed-price modification to a previously awarded contract (N40080-21-D-0015). This modification provides for the exercise of Option 1 and increases the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for roofing repairs and replacement at Naval Air Station Patuxent River, Maryland; Naval Support Facility (NSF) Indian Head, Maryland; and NSF Dahlgren, Virginia. Work will be performed in Patuxent River, Maryland (40%); Indian Head, Maryland (30%); Annapolis, Maryland (15%); and Dahlgren, Virginia (15%). Work is expected to be completed by July 2026. The total contract amount after exercise of this option will be $18,000,000. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $9,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.
Status
(Open)
Modified 7/29/24
Period of Performance
7/29/21
Start Date
7/29/26
Ordering Period End Date
Task Order Obligations
$18.2M
Total Obligated
$18.2M
Current Award
$18.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4008021D0015
$-
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 N4008021D0015
Subcontract Awards
Disclosed subcontracts for N4008021D0015
Opportunity Lifecycle
Procurement history for N4008021D0015
Transaction History
Modifications to N4008021D0015
People
Suggested agency contacts for N4008021D0015
Competition
Number of Bidders
5
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
CD8MGHM8GUK1
Awardee CAGE
661S2
Agency Detail
Awarding Office
N40080 NAVFACSYSCOM WASHINGTON
Funding Office
N40080 NAVFACSYSCOM WASHINGTON
Created By
frank.g.decker@navy.mil
Last Modified By
frank.g.decker@navy.mil
Approved By
frank.g.decker@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
DC-98
Last Modified: 7/29/24