N4425523D1607
Indefinite Delivery Contract
Overview
Government Description
NAVFAC NORTHWEST 8(A) MACC
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
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$400,000,000 (4% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Bremerton, Washington 98314 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: GRANDE Multiple Award Construction Contract (MACC), NAVFAC Northwest VENTI Multiple Award Construction Contract (MACC)
Recompete The following similar solicitation(s) may continue aspects of this idv: GRANDE Multiple Award Construction Contract (MACC), NAVFAC Northwest VENTI Multiple Award Construction Contract (MACC)
TRI Coast-Pac Tech JV Lllp was awarded
Indefinite Delivery Contract N4425523D1607 (N44255-23-D-1607)
by
NAVFAC Northwest
for Navfac Northwest 8(A) Macc
in July 2023.
The IDC
has a duration of 3 years and
was awarded
through solicitation NAVFAC Northwest 8(a) Small Business Multiple Award Construction Contract (MACC) Regional Contract
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1JZ
via two step acquisition procedures with 22 bids received.
To date, $16,228,012 has been obligated through this vehicle.
The total ceiling is $400,000,000, of which 4% has been used.
The vehicle was awarded through NAVFAC Northwest 8(a) Regional MACC.
DOD Announcements
Jul 2023:
Akyo Group WA Patriot JV,* Honolulu, Hawaii (N44255-23-D-1601); Bristol Prime Contractors,* Anchorage, Alaska (N44255-23-D-1603); Blue Trident Newton JV2,* Bainbridge Island, Washington (N44255-23-D-1602); Chugach Solutions Enterprise,* Anchorage, Alaska (N44255-23-D-1608); Doyon Management Services LLC,* Federal Way, Washington (N44255-23-D-1604); DTS P&L JV2,* Oak Harbor, Washington (N44255-23-D-1605); Grenlar Shape JV LLC,* Poulsbo, Washington (N44255-23-D-1606); GSINA PAC II JV LLC,* Flemmington, New Jersey (N44255-23-D-1609); Port Madison Construction Corp.,* Poulsbo, Washington (N44255-23-D-1600); and TriCoast – PacTech JV,* Longview, Washington (N44255-23-D-1607), are awarded a combined $400,000,000 indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, alteration, demolition, and repair of facility construction projects at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations. Nine awardees will be awarded $5,000 each (minimum contract guarantee per awardee) at contract award. Port Madison Construction Corp., is awarded a $1,432,000 task order (N4425523RF004) for the installation of final denial barriers at Manchester Fuel Depot. Work will be performed in Port Orchard, Washington, and is expected to be completed no later than August 2024. The maximum dollar value, including one three-year base period, and one five-year option period, for all ten contracts combined, is $400,000,000. The term of the contract is not to exceed 96 months. Fiscal 2023 operation and maintenance (Navy) (O&M,N) funds in the amount of $1,477,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N; and military construction funds. This contract was competitively procured via the SAM.gov with 22 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
Status
(Open)
Modified 12/5/24
Period of Performance
7/27/23
Start Date
7/27/26
Ordering Period End Date
Task Order Obligations
$16.2M
Total Obligated
$16.2M
Current Award
$16.2M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N4425523D1607
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N4425523D1607
$-
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 N4425523D1607
Subcontract Awards
Disclosed subcontracts for N4425523D1607
Opportunity Lifecycle
Procurement history for N4425523D1607
Transaction History
Modifications to N4425523D1607
People
Suggested agency contacts for N4425523D1607
Competition
Number of Bidders
22
Solicitation Procedures
Two Step
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
QTD1KMAEEJF3
Awardee CAGE
8LBC9
Agency Detail
Awarding Office
N44255 NAVFACSYSCOM NORTHWEST
Funding Office
N44255 NAVFACSYSCOM NORTHWEST
Created By
jodus.d.hortin.civ.n44255@us.navy.mil
Last Modified By
sheila.stubbs.n44255@sa1700.fac.nw
Approved By
jodus.d.hortin.civ.n44255@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
WA-03
Senators
Maria Cantwell
Patty Murray
Patty Murray
Representative
Kristina Gluesenkamp Perez
Last Modified: 12/5/24