N4008525D0024
Indefinite Delivery Contract
Overview
Government Description
THE PROPOSED CONTRACT IS TO PROVIDE FOR CONSTRUCTION, REPAIR AND MAINTENANCE OF FACILITIES, INCLUDING PLANNING AND ENGINEERING, AS WELL AS CONTRACT ADMINISTRATION, PRIMARILY FOR FEDERAL INSTALLATIONS GENERALLY LOCATED WITHIN PWD MAINE AORS. WORK PERFORMED INCLUDES REPLACING THE 2-6A LOOP FEEDER AT PORTSMOUTH NAVAL SHIPYARD (PNSY), WITH THE CONTRACTOR PROVIDING ALL LABOR, MATERIALS, EQUIPMENT, SUPERVISION, AND INCIDENTAL WORK REQUIRED IN ACCORDANCE WITH PROJECT SPECIFICATIONS AND DRAWINGS.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Women Owned Small Business Sole Source (WOSBSS)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$4,500,000
Vehicle Ceiling
$4,500,000 (23% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Kittery, Maine 3904 United States.
Sole Source This IDC was awarded sole source to Armitage Architecture because the government was authorized to sole source the contract by statute to a certified WOSB firm for a contract estimated at award to be <$7.0 million.
Sole Source This IDC was awarded sole source to Armitage Architecture because the government was authorized to sole source the contract by statute to a certified WOSB firm for a contract estimated at award to be <$7.0 million.
Armitage Architecture was awarded
Indefinite Delivery Contract N4008525D0024 (N40085-25-D-0024)
by
Naval Facilities Engineering Command
for General Construction IDIQ – Armitage Architecture Inc.
in September 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation General Construction IDIQ - Armitage Architecture Inc.
with a Women Owned Small Business Sole Source set aside
with
NAICS 236210 and
PSC Z2EZ
via sole source acquisition procedures with 1 bid received.
To date, $1,053,778 has been obligated through this vehicle.
The total ceiling is $4,500,000, of which 23% has been used.
Status
(Open)
Modified 9/3/25
Period of Performance
9/2/25
Start Date
9/4/30
Ordering Period End Date
Task Order Obligations
$1.1M
Total Obligated
$1.1M
Current Award
$1.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4008525D0024
$-
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 N4008525D0024
Subcontract Awards
Disclosed subcontracts for N4008525D0024
Opportunity Lifecycle
Procurement history for N4008525D0024
Transaction History
Modifications to N4008525D0024
People
Suggested agency contacts for N4008525D0024
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
CFYCK4MMJYJ7
Awardee CAGE
6ZV04
Agency Detail
Awarding Office
N40085 NAVFACSYSCOM MID-ATLANTIC
Funding Office
N40085 NAVFACSYSCOM MID-ATLANTIC
Created By
medar.edmond.civ.n40085@us.navy.mil
Last Modified By
arturo.alvidrez.civ.n40085@us.navy.mil
Approved By
arturo.alvidrez.civ.n40085@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Materials, Supplies, Articles & Equipment
Awardee District
NY-26
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Brian Higgins
Last Modified: 9/3/25