N4008522D0036
Indefinite Delivery Contract
Overview
Government Description
Temporary production facilities provided. Work performed includes the purchase, rental, and removal of various temporary production facility units and portable restroom trailers, including double-wide and single-wide units of multiple sizes, to support naval operations and availability requirements at locations such as USS john warner and USS bush. The award also covers the delivery and lease of trailer complexes, the provision of legos for cno availabilities, and the removal of deteriorating trailers.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$35,000,000
Vehicle Ceiling
$35,000,000 (73% Used)
Related Opportunity
N4008522R2510
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Portsmouth, Virginia 23709 United States.
Sole Source This IDC was awarded sole source to Ma-Chis International Services because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to Ma-Chis International Services because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ma-Chis International Services was awarded
Indefinite Delivery Contract N4008522D0036 (N40085-22-D-0036)
by
Naval Sea Systems Command
for Temporary Production Facilities (TPF)
in June 2022.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 531120 and
PSC W054
via sole source acquisition procedures with 1 bid received.
To date, $25,568,069 has been obligated through this vehicle with a potential value of all existing task orders of $30,250,559.
The total ceiling is $35,000,000, of which 73% has been used.
As of today, the IDC has a total reported backlog of $4,682,490.
Status
(Open)
Modified 6/14/22
Period of Performance
6/12/22
Start Date
6/13/27
Ordering Period End Date
Task Order Obligations and Backlog
$25.6M
Total Obligated
$25.6M
Current Award
$30.3M
Potential Award
$0.0
Funded Backlog
$4.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N4008522D0036
$-
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 N4008522D0036
Subcontract Awards
Disclosed subcontracts for N4008522D0036
Transaction History
Modifications to N4008522D0036
People
Suggested agency contacts for N4008522D0036
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
RCJVJ62Q8CJ7
Awardee CAGE
5P8V7
Agency Detail
Awarding Office
N40085 NAVAL FAC ENGINEERING CMD MID LANT
Funding Office
N42158 NORFOLK NAVAL SHIPYARD GF
Created By
amanda.milan@navy.mil
Last Modified By
sidnia.finke@navy.mil
Approved By
sidnia.finke@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
AL-02
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Barry Moore
Last Modified: 6/14/22