N6247019D2013
Indefinite Delivery Contract
Overview
Government Description
BOS SERVICES FOR NAVAL AND DIA FACILITIES IN DC, MD, AND VA
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$154,909,213 (71% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington Navy Yard, District of Columbia 20374 United States.
Amendment Since initial award the Ordering Period End Date was extended from 05/30/26 to 09/30/26 and the Vehicle Ceiling has decreased 17% from $186,168,328 to $154,909,214.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 05/30/26 to 09/30/26 and the Vehicle Ceiling has decreased 17% from $186,168,328 to $154,909,214.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amentum Services was awarded
Indefinite Delivery Contract N6247019D2013 (N62470-19-D-2013)
by
Naval Facilities Engineering Command
for Bos Services For Naval And Dia Facilities In Dc, Md, And Va
in August 2019.
The IDC
has a duration of 7 years 1 months and
was awarded
through solicitation N62470-17-R-4001 BASE OPERATIONS SUPPORT (BOS) SERVICES AT NAVAL AND DEFENSE INTELLIGENCE AGENCY FACILITIES IN WASINGTON DC, VIRGINIA, AND MARYLAND.
full & open
with
NAICS 561210 and
PSC S216
via direct negotiation acquisition procedures with 6 bids received.
To date, $110,148,268 has been obligated through this vehicle.
The total ceiling is $154,909,213, of which 71% has been used.
As of today, the IDC has a total reported backlog of $62,682 and funded backlog of $62,682.
DOD Announcements
Aug 2019:
DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013).
Mar 2021: DynCorp International LLC, Washington, D.C., is awarded a $7,544,146 firm-fixed-price modification of a service contract for regional base operations support (BOS) in the Naval District, Washington, D.C., area of responsibility. After award of this modification, the total cumulative contract value will be $184,629,698. The BOS services to be performed include management and administration, supply services, custodial services, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, utility management and transportation services. Work will be performed in Washington, D.C.; and Charlottesville, Virginia, and is expected to be completed by October 2026. Fiscal 2021 operation and services (Navy) contract funds in the amount of $1,365,950 for recurring work will be obligated on individual task orders issued during the Option Year One by March 2021. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N62470-19-D-2013).
Mar 2021: DynCorp International LLC, McLean, Virginia, is awarded a $29,083,438 firm-fixed-price modification to increase the maximum dollar value of a service contract for the exercise of Option One for regional base operations support services in the Naval District Washington, D.C., area of responsibility. After award of this option modification, the total cumulative contract value will be $191,971,641. The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment, and transportation necessary to accomplish preventative maintenance and service repairs. Work will be performed in Washington, D.C.; Indian Head, Maryland; Suitland, Maryland; Charlottesville, Virginia; and Quantico, Maryland, and is expected to be completed by March 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $24,501,358 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N62470-19-D-2013).
Mar 2022: Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded a $29,013,941 fixed-price contract modification to indefinite-delivery/indefinite-quantity contract N62470-19-D-2013. This modification provides for the exercise of Option 2 for custodial services, recycling, and grounds maintenance support at federal installations within a 100-mile radius of the National Capitol Region, under the AbilityOne program. Work will be performed in Washington, D.C. (70%); Maryland (25%); and Virginia (5%), and is expected to be completed by March 2023. Fiscal 2022 operation and maintenance, (Navy); and fiscal 2022 Navy working capital contract funds in the amount not-to-exceed $24,223,817 for recurring services will be obligated on various task orders and will expire at the end of the current fiscal year. After award of this option, the total cumulative contract value will be $220,985,582. The Naval Facilities Engineering Systems Command Washington, Washington, D.C., is the contracting activity.
Mar 2023: Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded $28,529,683 for firm-fixed-price modification to previously awarded, indefinite delivery/indefinite-quantity contract N62470-19-D-2013 for base operating support services at Naval and Defense Intelligence Agency facilities in Washington, D.C., and Maryland. This modification provides for the exercise of Option Year 3 for an additional quantity of one year of services to be provided under the basic contract. After award of this option, the cumulative value of the contract will be $189,159,148. Work will be performed in Washington, D.C. (89%); and Maryland (11%), and is expected to be completed by 31 March 2024. Fiscal 2023 operation and maintenance (Navy); and fiscal 2023 Navy working capital funds in the amount not-to-exceed $24,232,864 for recurring services will be obligated on individual task orders and will expire at the end of the current fiscal year. Additional funds will be obligated on individual task orders issued during the period of performance for non-recurring work in the amount not-to-exceed $4,296,818. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.
Mar 2021: DynCorp International LLC, Washington, D.C., is awarded a $7,544,146 firm-fixed-price modification of a service contract for regional base operations support (BOS) in the Naval District, Washington, D.C., area of responsibility. After award of this modification, the total cumulative contract value will be $184,629,698. The BOS services to be performed include management and administration, supply services, custodial services, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, utility management and transportation services. Work will be performed in Washington, D.C.; and Charlottesville, Virginia, and is expected to be completed by October 2026. Fiscal 2021 operation and services (Navy) contract funds in the amount of $1,365,950 for recurring work will be obligated on individual task orders issued during the Option Year One by March 2021. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N62470-19-D-2013).
Mar 2021: DynCorp International LLC, McLean, Virginia, is awarded a $29,083,438 firm-fixed-price modification to increase the maximum dollar value of a service contract for the exercise of Option One for regional base operations support services in the Naval District Washington, D.C., area of responsibility. After award of this option modification, the total cumulative contract value will be $191,971,641. The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment, and transportation necessary to accomplish preventative maintenance and service repairs. Work will be performed in Washington, D.C.; Indian Head, Maryland; Suitland, Maryland; Charlottesville, Virginia; and Quantico, Maryland, and is expected to be completed by March 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $24,501,358 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N62470-19-D-2013).
Mar 2022: Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded a $29,013,941 fixed-price contract modification to indefinite-delivery/indefinite-quantity contract N62470-19-D-2013. This modification provides for the exercise of Option 2 for custodial services, recycling, and grounds maintenance support at federal installations within a 100-mile radius of the National Capitol Region, under the AbilityOne program. Work will be performed in Washington, D.C. (70%); Maryland (25%); and Virginia (5%), and is expected to be completed by March 2023. Fiscal 2022 operation and maintenance, (Navy); and fiscal 2022 Navy working capital contract funds in the amount not-to-exceed $24,223,817 for recurring services will be obligated on various task orders and will expire at the end of the current fiscal year. After award of this option, the total cumulative contract value will be $220,985,582. The Naval Facilities Engineering Systems Command Washington, Washington, D.C., is the contracting activity.
Mar 2023: Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded $28,529,683 for firm-fixed-price modification to previously awarded, indefinite delivery/indefinite-quantity contract N62470-19-D-2013 for base operating support services at Naval and Defense Intelligence Agency facilities in Washington, D.C., and Maryland. This modification provides for the exercise of Option Year 3 for an additional quantity of one year of services to be provided under the basic contract. After award of this option, the cumulative value of the contract will be $189,159,148. Work will be performed in Washington, D.C. (89%); and Maryland (11%), and is expected to be completed by 31 March 2024. Fiscal 2023 operation and maintenance (Navy); and fiscal 2023 Navy working capital funds in the amount not-to-exceed $24,232,864 for recurring services will be obligated on individual task orders and will expire at the end of the current fiscal year. Additional funds will be obligated on individual task orders issued during the period of performance for non-recurring work in the amount not-to-exceed $4,296,818. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.
Status
(Open)
Modified 4/8/25
Period of Performance
8/26/19
Start Date
9/30/26
Ordering Period End Date
Task Order Obligations and Backlog
$110.1M
Total Obligated
$110.1M
Current Award
$110.1M
Potential Award
$62.7K
Funded Backlog
$62.7K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6247019D2013
$-
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 N6247019D2013
Subcontract Awards
Disclosed subcontracts for N6247019D2013
Opportunity Lifecycle
Procurement history for N6247019D2013
Transaction History
Modifications to N6247019D2013
People
Suggested agency contacts for N6247019D2013
Competition
Number of Bidders
6
Solicitation Procedures
Negotiated Proposal/Quote
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
QEMLRQA7PLG4
Awardee CAGE
5W3V7
Agency Detail
Awarding Office
N40080 NAVFACSYSCOM WASHINGTON
Funding Office
N40080 NAVFACSYSCOM WASHINGTON
Created By
sehla.khan.civ.n40080@us.navy.mil
Last Modified By
tommy.anderson.n40080@sa1700.fac.wash
Approved By
sehla.khan.civ.n40080@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
MD-11
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $1,682,898 | 146% |
Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $221,559 | 19% |
Last Modified: 4/8/25