Search IDVs

N6247321D1027

Indefinite Delivery Contract

Overview

Government Description
HUBZONE MACC
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Hubzone Set-Aside (HZC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$9,000,000
Vehicle Ceiling
$495,000,000 (9% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Camp Pendleton, California 92055 United States.
CJW Joint Venture was awarded Indefinite Delivery Contract N6247321D1027 (N62473-21-D-1027) by NAVFAC Southwest for Hubzone Macc in June 2021. The IDC has a duration of 5 years and was awarded through solicitation HUBZONE SB II SET-ASIDE MACC, FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF COMMERCIAL AND INSTITUTIONAL FACILITIES with a Hubzone set aside with NAICS 236220 and PSC Y1JZ via direct negotiation acquisition procedures with 16 bids received. To date, $42,922,299 has been obligated through this vehicle. The total ceiling is $495,000,000, of which 9% has been used. The vehicle was awarded through NAVFAC Southwest HUBZone Small Business II MACC 2021.

DOD Announcements

Jun 2021: I.E. Pacific Inc.,* Escondido, California (N62473-21-D-1019); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-21-D-1020); Peter Vander Werff Construction Inc.,* El Cajon, California (N62473-21-D-1021); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1022); Sea Pac Engineering Inc.,* Los Angeles, California (N62473-21-D-1023); Intercontinental Construction Contracting Inc.,* Passaic, New Jersey (N62473-21-D-1024);  SGS LLC,* Yukon, Oklahoma 73099 (N62473-21-D-1025); Shore Herman JV,* Chula Vista, California (N62473-21-D-1026); and CJW Joint Venture,* Santa Ana, California (N62473-21-D-1027), are awarded a $495,000,000 estimated maximum dollar value, indefinite-delivery/indefinite-quantity, multiple award construction contract for construction, repair, and renovation of commercial and institutional facilities at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The work to be performed provides for construction, repair, and renovation of commercial and institutional buildings. Types of projects may include, but are not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and commercial facilities. The maximum dollar value including the base period and one option period for all nine contracts combined is $495,000,000. All nine firms will be issued initial task orders of $5,000 as the minimum guarantee. All work on these contracts will be primarily performed the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility which includes California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of June 2026.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $45,000 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); operation and maintenance (Navy); operation and maintenance (Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the beta.sam.gov website with 16 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Southwest, San

Status
(Open)

Modified 6/30/23
Period of Performance
6/7/21
Start Date
6/7/26
Ordering Period End Date
88.0% Complete

Task Order Obligations
$42.9M
Total Obligated
$42.9M
Current Award
$42.9M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N6247321D1027

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6247321D1027

$-

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 N6247321D1027

Subcontract Awards

Disclosed subcontracts for N6247321D1027

Opportunity Lifecycle

Procurement history for N6247321D1027

Transaction History

Modifications to N6247321D1027

People

Suggested agency contacts for N6247321D1027

Competition

Number of Bidders
16
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
KDFNUSDN8DG6
Awardee CAGE
849A3
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-46
Senators
Dianne Feinstein
Alejandro Padilla
Representative
J. Correa
Last Modified: 6/30/23