N4008522D0028
Indefinite Delivery Contract
Overview
Government Description
PROFESSIONAL SUPPORT SERVICES, PRIMARILY HAMPTON ROADS AND NAVFAC MIDLANT AOR
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$4,500,000 (96% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chesapeake, Virginia 23320 United States.
Sole Source This IDC was awarded sole source to American Cmg Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Vulnerable Incumbent American Cmg Services is listed as graduating from the 8(a) program in January 2024, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to American Cmg Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Vulnerable Incumbent American Cmg Services is listed as graduating from the 8(a) program in January 2024, which may limit its ability to recompete.
American Cmg Services was awarded
Indefinite Delivery Contract N4008522D0028 (N40085-22-D-0028)
by
Naval Facilities Engineering Command
for Professional Support Services, Primarily Hampton Roads And Navfac Midlant Aor
in March 2022.
The IDC
has a duration of 2 years and
was awarded
through solicitation Professional Support Services at Various Locations within the NAVFAC MID-ATLANTIC Area of Responsibility, Primarily Hampton Roads
with a 8(a) Sole Source set aside
with
NAICS 541990 and
PSC R499
via sole source acquisition procedures with 1 bid received.
To date, $4,299,639 has been obligated through this vehicle.
The total ceiling is $4,500,000, of which 96% has been used.
Status
(Complete)
Modified 3/3/23
Period of Performance
3/3/22
Start Date
3/3/24
Ordering Period End Date
Task Order Obligations
$4.3M
Total Obligated
$4.3M
Current Award
$4.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4008522D0028
$-
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 N4008522D0028
Subcontract Awards
Disclosed subcontracts for N4008522D0028
Opportunity Lifecycle
Procurement history for N4008522D0028
Transaction History
Modifications to N4008522D0028
People
Suggested agency contacts for N4008522D0028
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
Small Business
DoD Claimant Code
None
Awardee UEI
QBWFH62BSE78
Awardee CAGE
5S3C6
Agency Detail
Awarding Office
N40085 NAVAL FAC ENGINEERING CMD MID LANT
Funding Office
N40085 NAVAL FAC ENGINEERING CMD MID LANT
Created By
pamela.waller@navy.mil
Last Modified By
pamela.waller@navy.mil
Approved By
pamela.waller@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Scott
Last Modified: 3/3/23