N4008023D0003
Indefinite Delivery Contract
Overview
Government Description
BASE YEAR RECURRING WORK
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$86,109,621 (41% Used)
Related Opportunity
N4008023R0006
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington Navy Yard, District of Columbia 20374 United States.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Melwood Horticultural Training Center because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has decreased from $86,440,922 to $86,109,621.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Melwood Horticultural Training Center because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has decreased from $86,440,922 to $86,109,621.
Melwood Horticultural Training Center was awarded
Indefinite Delivery Contract N4008023D0003 (N40080-23-D-0003)
by
Naval Facilities Engineering Command
for Base Year Recurring Work
in February 2023.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 561720 and
PSC S201
via sole source acquisition procedures with 1 bid received.
To date, $35,812,622 has been obligated through this vehicle.
The total ceiling is $86,109,621, of which 41% has been used.
As of today, the IDC has a total reported backlog of $300,000 and funded backlog of $300,000.
Status
(Open)
Modified 3/7/25
Period of Performance
2/28/23
Start Date
2/29/28
Ordering Period End Date
Task Order Obligations and Backlog
$35.5M
Total Obligated
$35.8M
Current Award
$35.8M
Potential Award
$300.0K
Funded Backlog
$300.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N4008023D0003
$-
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 N4008023D0003
Subcontract Awards
Disclosed subcontracts for N4008023D0003
Transaction History
Modifications to N4008023D0003
People
Suggested agency contacts for N4008023D0003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
ZVX7ZJ5WZ576
Awardee CAGE
2V388
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
Labor Standards
Awardee District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Steny Hoyer
Last Modified: 3/7/25