Search IDVs

N6247319D2430

Indefinite Delivery Contract

Overview

Government Description
DRY UTILITIES IV MACC
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
Individual Order Limit
$20,000,000
Vehicle Ceiling
$334,000,000 (35% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92136 United States.
Amendment Since initial award the Vehicle Ceiling has increased 34% from $249,000,000 to $334,000,000.
Synergy Electric Company was awarded Indefinite Delivery Contract N6247319D2430 (N62473-19-D-2430) by NAVFAC Southwest for Dry Utilities Iv Macc in January 2019. The IDC has a duration of 5 years and was awarded through solicitation IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF DRY UTILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS IN CA, AZ, NV, UT, CO, AND NM with a Small Business Total set aside with NAICS 237130 and PSC Y1NZ via direct negotiation acquisition procedures with 14 bids received. To date, $115,266,683 has been obligated through this vehicle. The total ceiling is $334,000,000, of which 35% has been used. The vehicle was awarded through Dry Utilities IV MACC.

DOD Announcements

Jan 2019: Fortis Nova A JV LLC,* Phoenix, Arizona (N62473-19-D-2426); Galindo Electric Inc.,* Vista, California (N62473-19-D-2427); Power Pro Plus Inc.,* Rancho Cucamonga, California (N62473-19-D-2428); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2429); Synergy Electric Co. Inc.,* Santee, California (N62473-19-D-2430); and Tri-Technic Inc.,* Sonora, California (N62473-19-D-2431), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, and repair of dry utilities construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico.  The maximum dollar value including the base period and one option period for all six contracts combined is $249,000,000.  Types of projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, controls, airfield lighting systems, communications and security systems, grounding systems, and alternative energy structures. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time.  All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of January 2024.  Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $35,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds.  This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website, with 14 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Status
(Complete)

Modified 7/3/23
Period of Performance
1/16/19
Start Date
1/16/24
Ordering Period End Date
100% Complete

Task Order Obligations
$115.3M
Total Obligated
$115.3M
Current Award
$115.3M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N6247319D2430

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6247319D2430

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under N6247319D2430

Subcontract Awards

Disclosed subcontracts for N6247319D2430

Opportunity Lifecycle

Procurement history for N6247319D2430

Transaction History

Modifications to N6247319D2430

People

Suggested agency contacts for N6247319D2430

Competition

Number of Bidders
14
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
MRX1L7T6LNQ5
Awardee CAGE
1B5S4
Agency Detail
Awarding Office
N62473 NAVFAC SOUTHWEST
Funding Office
N62473 NAVFAC SOUTHWEST
Created By
chad.a.slade.civ.n62473@us.navy.mil
Last Modified By
chad.a.slade.civ.n62473@us.navy.mil
Approved By
chad.a.slade.civ.n62473@us.navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
CA-51
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Sara Jacobs
Last Modified: 7/3/23