N4008521D0065
Indefinite Delivery Contract
Overview
Government Description
BASE PERIOD RECURRING SERVICES FFP
Awarding Agency
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
$14,583,174 (56% Used)
Related Opportunity
N4008521R0091
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cherry Point, North Carolina 28533 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 Coastal Enterprises Of Jacksonville because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 2% from $14,357,662 to $14,583,175.
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 Coastal Enterprises Of Jacksonville because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 2% from $14,357,662 to $14,583,175.
Coastal Enterprises Of Jacksonville was awarded
Indefinite Delivery Contract N4008521D0065 (N40085-21-D-0065)
by
Fleet Readiness Center
for Base Period Recurring Services Ffp
in September 2021.
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, $8,101,481 has been obligated through this vehicle.
The total ceiling is $14,583,174, of which 56% has been used.
Status
(Open)
Modified 9/24/24
Period of Performance
9/30/21
Start Date
9/30/26
Ordering Period End Date
Task Order Obligations
$8.1M
Total Obligated
$8.1M
Current Award
$8.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4008521D0065
$-
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 N4008521D0065
Subcontract Awards
Disclosed subcontracts for N4008521D0065
Transaction History
Modifications to N4008521D0065
People
Suggested agency contacts for N4008521D0065
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 Procedures Not Used
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
UN43CBJTGAU7
Awardee CAGE
8T532
Agency Detail
Awarding Office
N40085 NAVFACSYSCOM MID-ATLANTIC
Funding Office
N65923 FLEET READINESS CENTER EAST
Created By
ericka.j.bishop@navy.mil
Last Modified By
ericka.j.bishop@navy.mil
Approved By
ericka.j.bishop@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
NC-03
Senators
Thom Tillis
Ted Budd
Ted Budd
Representative
Gregory Murphy
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $320,447 | 73% |
| Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Other goods and services from Federal sources (25.3) | $119,377 | 27% |
Last Modified: 9/24/24