N4008021D0025
Indefinite Delivery Contract
Overview
Government Description
SB MACC - BASE YR
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
$498,000,000 (10% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Patuxent River, Maryland 20670 United States.
Amendment Since initial award the Ordering Period End Date was shortened from 07/07/26 to 07/06/26 and the Vehicle Ceiling has increased 108% from $240,000,000 to $498,000,000.
Amendment Since initial award the Ordering Period End Date was shortened from 07/07/26 to 07/06/26 and the Vehicle Ceiling has increased 108% from $240,000,000 to $498,000,000.
CER, Incorporated was awarded
Indefinite Delivery Contract N4008021D0025 (N40080-21-D-0025)
by
Naval Facilities Engineering Command
for Sb Macc - Base Yr
in July 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1AA
via direct negotiation acquisition procedures with 51 bids received.
To date, $50,362,072 has been obligated through this vehicle.
The total ceiling is $498,000,000, of which 10% has been used.
The vehicle was awarded through NRL-83 Building Rennovation MACC.
DOD Announcements
Jul 2021:
G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co., Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. The work to be performed provides for various construction services including new work, additions, alterations, maintenance and repairs. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include Washington, D.C. (40%); Virginia (40%); and Maryland (20%). The term of the contract is not to exceed 60 months, with an expected completion date of July 2026. Fiscal 2021 supervision, inspection, and overhead funds in the amount of $80,000 ($10,000 per contractor) are obligated on this award, and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy) funds; operation and maintenance (Navy) funds; and working capital (Navy) funds. This contract was competitively procured via the beta.sam.gov website with 51 proposals received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, Washington, D.C., is the contracting activity.
Oct 2021: C.E.R Inc.,* Baltimore, Maryland, is awarded a $9,703,200 firm-fixed-price task order (N4008022F4000) under a previously-awarded, multiple-award construction contract (N40080-21-D-0025) for the replacement of Chillers Three through Nine at Naval Support Activity Bethesda. Work will be performed in Bethesda, Maryland, and is expected to be completed by April 2023. Fiscal 2019 military construction (Navy) funds in the amount of $9,703,200 will be obligated at time of award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.
May 2023: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.,* Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are being awarded a combined-maximum-value $76,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to increase the maximum dollar value of their respective previously awarded contracts for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). This award brings the total cumulative combined maximum value to $316,000,000. Work will be performed in NAVFAC Washington AOR and is expected to be completed by July 2026. No funds will be obligated at the time of award. NAVFAC Washington, Washington, D.C., is the contracting activity. (Awarded May 19, 2023)
Aug 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.
Nov 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.*, Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $100,000,000 indefinite-delivery/indefinite-quantity modification to an indefinite-delivery/indefinite-quantity, multiple award construction contract for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). This modification provides for an increase to the maximum dollar value of the contract. The current combined total value for all eight contractors is $398,000,000. After award of this modification, the total cumulative contract value will be $498,000,000. Work will be performed in NAVFAC Washington AO. The term of the contract shall not exceed July 2026. Future task orders under this contract will primarily utilize military construction and operation and maintenance, (Navy) funds. No funds will be obligated at the time of award. NAVFAC Washington, D.C., is the contracting activity.
Oct 2021: C.E.R Inc.,* Baltimore, Maryland, is awarded a $9,703,200 firm-fixed-price task order (N4008022F4000) under a previously-awarded, multiple-award construction contract (N40080-21-D-0025) for the replacement of Chillers Three through Nine at Naval Support Activity Bethesda. Work will be performed in Bethesda, Maryland, and is expected to be completed by April 2023. Fiscal 2019 military construction (Navy) funds in the amount of $9,703,200 will be obligated at time of award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.
May 2023: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.,* Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are being awarded a combined-maximum-value $76,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to increase the maximum dollar value of their respective previously awarded contracts for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). This award brings the total cumulative combined maximum value to $316,000,000. Work will be performed in NAVFAC Washington AOR and is expected to be completed by July 2026. No funds will be obligated at the time of award. NAVFAC Washington, Washington, D.C., is the contracting activity. (Awarded May 19, 2023)
Aug 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.
Nov 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.*, Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $100,000,000 indefinite-delivery/indefinite-quantity modification to an indefinite-delivery/indefinite-quantity, multiple award construction contract for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). This modification provides for an increase to the maximum dollar value of the contract. The current combined total value for all eight contractors is $398,000,000. After award of this modification, the total cumulative contract value will be $498,000,000. Work will be performed in NAVFAC Washington AO. The term of the contract shall not exceed July 2026. Future task orders under this contract will primarily utilize military construction and operation and maintenance, (Navy) funds. No funds will be obligated at the time of award. NAVFAC Washington, D.C., is the contracting activity.
Status
(Open)
Modified 11/26/24
Period of Performance
7/6/21
Start Date
7/6/26
Ordering Period End Date
Task Order Obligations
$50.4M
Total Obligated
$50.4M
Current Award
$50.4M
Potential Award
Award Hierarchy
Vehicle
Indefinite Delivery Contract
N4008021D0025
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N4008021D0025
$-
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 N4008021D0025
Subcontract Awards
Disclosed subcontracts for N4008021D0025
Opportunity Lifecycle
Procurement history for N4008021D0025
Transaction History
Modifications to N4008021D0025
People
Suggested agency contacts for N4008021D0025
Competition
Number of Bidders
51
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
No (Waiver Approved)
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
JRN9CUUQS2J5
Awardee CAGE
0DPW4
Agency Detail
Awarding Office
N40080 NAVFACSYSCOM WASHINGTON
Funding Office
N40080 NAVFACSYSCOM WASHINGTON
Created By
holly.snow@navy.mil
Last Modified By
holly.snow@navy.mil
Approved By
holly.snow@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 11/26/24