N6247321D1211
Indefinite Delivery Contract
Overview
Government Description
COMMERCIAL&INSTITUTIONAL IV MACC
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$2,696,000,000 (19% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 93203 United States.
Amendment Since initial award the Vehicle Ceiling has increased 8% from $2,500,000,000 to $2,696,000,000.
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 Vehicle Ceiling has increased 8% from $2,500,000,000 to $2,696,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
RQ Construction was awarded
Indefinite Delivery Contract N6247321D1211 (N62473-21-D-1211)
by
NAVFAC Southwest
for Commercial&Institutional Iv Macc
in November 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL BUILDING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS IN CA, AZ, NV, UT, CO, AND NM
full & open
with
NAICS 236220 and
PSC Y1JZ
via direct negotiation acquisition procedures with 28 bids received.
To date, $520,360,784 has been obligated through this vehicle.
The total ceiling is $2,696,000,000, of which 19% has been used.
The vehicle was awarded through NAVFAC Commercial and Institutional Construction MACC IV.
DOD Announcements
Nov 2020:
Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award construction contract for new construction, repair and renovation of commercial and institutional facilities 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 fourteen contracts combined is $2,500,000,000. The work to be performed provides for new construction, repair and renovation within the North American Industry Classification System code 236220, by design-build or design-bid-build, of commercial and institutional facilities. Types of projects may include, but are not limited to, airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities and/or retail facilities. 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 Systems Command (NAVFAC) Southwest area of operations including, but not limited to, 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 November 2025. Fiscal 2021 operation and maintenance (O&M) (Navy) contract funds in the amount of $70,000 are obligated on this award and will
Jun 2021: RQ Construction LLC, Carlsbad, California, is awarded a $217,657,842 firm-fixed-price task order (N62473-21-F-4921) under a multiple award construction contract for the design and construction of the Michelson Laboratory Complex and repair of wings Six and Seven at the Michelson Laboratory building at Naval Air Weapons Station, China Lake. The task order also contains 25 unexercised options, which if exercised, would increase cumulative task order value to $225,596,669. The work to be performed provides for the design and construction of an industrial shop, environmental laboratory and a chemistry laboratory for advanced materials research and development. Work will be performed in Ridgecrest, California, and is expected to be completed by August 2025. Fiscal 2020 military construction (Navy) contract funds in the amount of $186,453,782; and fiscal 2021 Navy working capital funds in the amount of $31,204,060, for a total of $217,657,842, are obligated on this award, with the Navy working capital funds expiring at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Jun 2022: RQ Construction LLC, Carlsbad, California, is awarded a $12,433,000 firm-fixed-price task order (N6247322F4601) under a multiple award construction contract for construction at Naval Base Coronado, California. The work to be performed provides design, engineering, and construction of an advanced training command operations support facility to support Special Operations Forces, Naval Special Warfare Center. The task order also contains eight unexercised options, which if exercised would increase cumulative task order value to $16,225,000. Three modifications for collateral equipment are also planned for award under this contract and will be funded via fiscal 2023 and fiscal 2024 operation and maintenance (Navy) contract funds in the amount of $2,161,435. If all unexercised options and planned modifications are exercised, total cumulative task order value would increase to $18,386,435. Work will be performed in Coronado, California, and is expected to be completed by December 2024. Fiscal 2022 military construction (Navy) contract funds in the amount of $12,433,000 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Aug 2022: RQ Construction LLC, Carlsbad, California, is awarded a $10,210,179 firm-fixed-price modification to previously issued task order N6247321F4921 placed against contract N62473-21-D-1211. This modification provides for increasing the maximum dollar value of existing task order for the repair and maintenance of Michelson Laboratory Complex at Naval Air Weapons Station China Lake, California. Work will be performed in China Lake, California, and is expected to be completed by August 2025. After award of this modification, the total cumulative contract value will be $243,040,197. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $10,210,179 are obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, China Lake, California, is the contracting activity.
Sep 2022: RQ Construction, Carlsbad, California, is awarded a $23,211,000 firm-fixed-price task order (N6247322F4995) for the construction of a structural and aircraft rescue fire station at Naval Air Facility El Centro, California. The work to be performed provides for, but is not limited to, construction of a structural and aircraft rescue fire station that will include an apparatus highbay with apparatus support spaces. Primary facilities include fire extinguisher inspection station and maintenance area, a residential area with day room, kitchen/dining, dorm rooms, laundry, fitness and recreation rooms as well as training and administration spaces. Site preparation includes site earthwork, demolition, relocations and paving. The task order also contains 20 unexercised options, which if exercised would increase cumulative contract value to $24,094,100. Work will be performed at El Centro, California, and is expected to be completed by November 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $23,211,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with six offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Feb 2023: RQ Construction LLC, Carlsbad, California, is awarded a $28,694,000 firm-fixed-price task order (N6247323F4269) under previously awarded multiple award construction contract N62473-21-D-1211 for a combat water survival training facility at Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, California, and is expected to be completed by October 2025. Fiscal 2019 military construction funds in the amount of $3,895,931; and fiscal 2021 military construction funds in the amount of $24,798,068 will be obligated at time of award and will expire at the end of fiscal 2025. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.
Apr 2024: M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is 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/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)
Oct 2024: Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. The work to be performed provides for, but is not limited to, airport, office and administrative, and religious buildings; communication; vehicle maintenance; barracks, prison, dining, hospital and medical, warehouse, school, and/or retail facilities; armories; parking garages; fire stations; and hotels. The contract consists of a base period of two years and one three-year option period, with a combined maximum dollar value not to exceed $2,696,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed in California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Jun 2021: RQ Construction LLC, Carlsbad, California, is awarded a $217,657,842 firm-fixed-price task order (N62473-21-F-4921) under a multiple award construction contract for the design and construction of the Michelson Laboratory Complex and repair of wings Six and Seven at the Michelson Laboratory building at Naval Air Weapons Station, China Lake. The task order also contains 25 unexercised options, which if exercised, would increase cumulative task order value to $225,596,669. The work to be performed provides for the design and construction of an industrial shop, environmental laboratory and a chemistry laboratory for advanced materials research and development. Work will be performed in Ridgecrest, California, and is expected to be completed by August 2025. Fiscal 2020 military construction (Navy) contract funds in the amount of $186,453,782; and fiscal 2021 Navy working capital funds in the amount of $31,204,060, for a total of $217,657,842, are obligated on this award, with the Navy working capital funds expiring at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Jun 2022: RQ Construction LLC, Carlsbad, California, is awarded a $12,433,000 firm-fixed-price task order (N6247322F4601) under a multiple award construction contract for construction at Naval Base Coronado, California. The work to be performed provides design, engineering, and construction of an advanced training command operations support facility to support Special Operations Forces, Naval Special Warfare Center. The task order also contains eight unexercised options, which if exercised would increase cumulative task order value to $16,225,000. Three modifications for collateral equipment are also planned for award under this contract and will be funded via fiscal 2023 and fiscal 2024 operation and maintenance (Navy) contract funds in the amount of $2,161,435. If all unexercised options and planned modifications are exercised, total cumulative task order value would increase to $18,386,435. Work will be performed in Coronado, California, and is expected to be completed by December 2024. Fiscal 2022 military construction (Navy) contract funds in the amount of $12,433,000 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Aug 2022: RQ Construction LLC, Carlsbad, California, is awarded a $10,210,179 firm-fixed-price modification to previously issued task order N6247321F4921 placed against contract N62473-21-D-1211. This modification provides for increasing the maximum dollar value of existing task order for the repair and maintenance of Michelson Laboratory Complex at Naval Air Weapons Station China Lake, California. Work will be performed in China Lake, California, and is expected to be completed by August 2025. After award of this modification, the total cumulative contract value will be $243,040,197. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $10,210,179 are obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, China Lake, California, is the contracting activity.
Sep 2022: RQ Construction, Carlsbad, California, is awarded a $23,211,000 firm-fixed-price task order (N6247322F4995) for the construction of a structural and aircraft rescue fire station at Naval Air Facility El Centro, California. The work to be performed provides for, but is not limited to, construction of a structural and aircraft rescue fire station that will include an apparatus highbay with apparatus support spaces. Primary facilities include fire extinguisher inspection station and maintenance area, a residential area with day room, kitchen/dining, dorm rooms, laundry, fitness and recreation rooms as well as training and administration spaces. Site preparation includes site earthwork, demolition, relocations and paving. The task order also contains 20 unexercised options, which if exercised would increase cumulative contract value to $24,094,100. Work will be performed at El Centro, California, and is expected to be completed by November 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $23,211,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with six offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).
Feb 2023: RQ Construction LLC, Carlsbad, California, is awarded a $28,694,000 firm-fixed-price task order (N6247323F4269) under previously awarded multiple award construction contract N62473-21-D-1211 for a combat water survival training facility at Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, California, and is expected to be completed by October 2025. Fiscal 2019 military construction funds in the amount of $3,895,931; and fiscal 2021 military construction funds in the amount of $24,798,068 will be obligated at time of award and will expire at the end of fiscal 2025. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.
Apr 2024: M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is 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/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)
Oct 2024: Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. The work to be performed provides for, but is not limited to, airport, office and administrative, and religious buildings; communication; vehicle maintenance; barracks, prison, dining, hospital and medical, warehouse, school, and/or retail facilities; armories; parking garages; fire stations; and hotels. The contract consists of a base period of two years and one three-year option period, with a combined maximum dollar value not to exceed $2,696,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed in California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Status
(Open)
Modified 10/23/24
Period of Performance
11/29/20
Start Date
11/29/25
Ordering Period End Date
Task Order Obligations
$520.4M
Total Obligated
$520.4M
Current Award
$520.4M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6247321D1211
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247321D1211
$-
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 N6247321D1211
Subcontract Awards
Disclosed subcontracts for N6247321D1211
Opportunity Lifecycle
Procurement history for N6247321D1211
Transaction History
Modifications to N6247321D1211
People
Suggested agency contacts for N6247321D1211
Competition
Number of Bidders
28
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
NE61LN4FM1A5
Awardee CAGE
68JG2
Agency Detail
Awarding Office
N62473 NAVFACSYSCOM SOUTHWEST
Funding Office
N62473 NAVFACSYSCOM SOUTHWEST
Created By
kayleigh.kagan@navy.mil
Last Modified By
kayleigh.kagan@navy.mil
Approved By
kayleigh.kagan@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
CA-49
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Mike Levin
Last Modified: 10/23/24