N4044325D0009
Indefinite Delivery Contract
Overview
Government Description
N104D-C. TAYLOR REEVES-N7-FY25 WEST COAST SHIP REPAIR IDIQ MAC
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$49,000,000 (6% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92136 United States.
Integrated Marine Services was awarded
Indefinite Delivery Contract N4044325D0009 (N40443-25-D-0009)
by
Military Sealift Command
for N104D-C. Taylor Reeves-N7-Fy25 West Coast Ship Repair Idiq Mac
in January 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
with a Small Business Total set aside
with
NAICS 336611 and
PSC J999
via direct negotiation acquisition procedures with 22 bids received.
To date, $2,984,175 has been obligated through this vehicle.
The total ceiling is $49,000,000, of which 6% has been used.
DOD Announcements
Dec 2024:
Bay City Marine Inc.,* San Diego, California (N4044325D0003); Colonna's Shipyard West LLC* San Diego, California (N4044325D0004); Confluence Corp., doing business as Regal Service Co.,* Oahu, Hawaii (N4044325D0005); Delphinus Engineering Inc.,* San Diego, California, and Bremerton, Washington (N4044325D0006); Epsilon Systems Solutions Inc.,* San Diego, California; and Oahu, Hawaii (N4044325D0007); Highmark Marine Fabrication, LLC ,* Kodiak, Alaska (N4044325D0008); Integrated Marine Services Inc.,* San Diego, California (N4044325D0009); Neal Technical Innovations LLC,* San Diego, California (N4044325D0011); Levi Mason Industrial Inc.,* Bremerton, Washington (N4044325D0010); Pacific Shipyards International LLC,* Oahu, Hawaii (N4044325D0012); Propulsion Controls Engineering,* San Diego, California; Bremerton, Washington; and Oahu, Hawaii (N4044325D0013); Q.E.D. Systems Inc.,* San Diego, California; and Bremerton, Washington (N4044325D0014); Standard Ship Repair/Standard Inspection Services,* San Diego, California; and Bremerton, Washington (N4044325D0015); and Walashek Industrial & Marine Inc.,* San Diego, California; and Bremerton, Washington (N4044325D0016), are awarded a combined, maximum-value $49,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award contract for a broad range of ship repair requirements in support of Military Sealift Command vessels. This contract includes a five-year base period and a six-month option period. Work will be performed at government and commercial facilities located on the West Coast continental U.S., Alaska, and Hawaii, and is expected to be completed by Jan. 14, 2030. Working capital funds (Navy) are provided in the amount of $3,500 per contract for a total of $49,000 to support the minimal guaranteed quantities. This contract is a small business set-aside solicited via the Government Point of Entry website and twenty-two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Status
(Open)
Modified 2/18/25
Period of Performance
1/14/25
Start Date
1/14/30
Ordering Period End Date
Task Order Obligations
$3.0M
Total Obligated
$3.0M
Current Award
$3.0M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4044325D0009
$-
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 N4044325D0009
Subcontract Awards
Disclosed subcontracts for N4044325D0009
Opportunity Lifecycle
Procurement history for N4044325D0009
Transaction History
Modifications to N4044325D0009
People
Suggested agency contacts for N4044325D0009
Competition
Number of Bidders
22
Solicitation Procedures
Negotiated Proposal/Quote
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
FBN7NTJMMP93
Awardee CAGE
3JJB1
Agency Detail
Awarding Office
N40443 MILITARY SEALIFT COMMAND BATS
Funding Office
N40443 MILITARY SEALIFT COMMAND BATS
Created By
james.r.davenport60.civ.n40443@us.navy.mil
Last Modified By
james.r.davenport60.civ.n40443@us.navy.mil
Approved By
james.r.davenport60.civ.n40443@us.navy.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
CA-52
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Juan Vargas
Last Modified: 2/18/25