N6247321D1215
Indefinite Delivery Contract
Overview
Government Description
Commercial&Institutional IV MACC
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
$2,944,000,000 (17% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Ridgecrest, California 93555 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI, INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
Amendment Since initial award the Ordering Period End Date was extended from 11/29/25 to 11/29/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Recompete The following similar solicitation(s) may continue aspects of this idv: INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI, INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
Amendment Since initial award the Ordering Period End Date was extended from 11/29/25 to 11/29/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Whiting-Turner Contracting Company was awarded
Indefinite Delivery Contract N6247321D1215 (N62473-21-D-1215)
by
NAVFAC Southwest
in November 2020.
The IDC
has a duration of 6 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, $508,522,460 has been obligated through this vehicle with a potential value of all existing task orders of $509,123,609.
The total ceiling is $2,944,000,000, of which 17% has been used.
As of today, the IDC has a total reported backlog of $601,149.
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
Sep 2021: The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $137,351,160 firm-fixed-price task order (N6247321F4727) under a multiple award construction contract for the replacement of several facilities damaged by earthquakes at Naval Air Weapons Station China Lake. Work to be performed provides for the design and construction of cast propellant mix facility, warhead casing operations facility, and motor assembly compound in support of the China Lake Propulsion Laboratory. The task order also contains 23 unexercised options and six planned modifications, which if exercised would increase cumulative task order value to $149,622,814. Work will be performed in Ridgecrest, California, and is expected to be completed by February 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $132,407,174; and fiscal 2021 other procurement (Navy) funds in the amount of $3,514,720 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $1,429,267 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1215).
Jan 2023: The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $20,349,359 firm-fixed-price task order (N6247323F4140) under a multiple award construction contract (N62473-21-D-1215) for design, engineering, and construction of a maritime operations and boat maintenance facility, and renovation of a headquarters building to support Special Operations Forces, Naval Special Warfare Command at Naval Base Coronado. Work will be performed in Coronado, California, and is expected to be completed by January 2025. Fiscal 2019, 2020, and 2022 military construction contract funds in the amount of $20,349,359 are obligated on this award. Fiscal 2019 military construction contract funds in the amount of $73,599 will expire at the end of the current fiscal year. Fiscal 2020 and 2022 military construction contract funds in the amount of $20,275,760 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.
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.
Jan 2026: 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), was awarded a combined $149,000,000 modification to a previously awarded multiple award construction contract. This award brings the total cumulative face value of the contract to $2,944,000,000. This contract modification provides 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 and is expected to be completed by November 2026. No funds were obligated at time of award. Future task orders will be primarily funded by military construction (Navy), operation and maintenance (O&M) (Navy), or O&M (Marine Corps). This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Dec. 23, 2025.)
Sep 2021: The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $137,351,160 firm-fixed-price task order (N6247321F4727) under a multiple award construction contract for the replacement of several facilities damaged by earthquakes at Naval Air Weapons Station China Lake. Work to be performed provides for the design and construction of cast propellant mix facility, warhead casing operations facility, and motor assembly compound in support of the China Lake Propulsion Laboratory. The task order also contains 23 unexercised options and six planned modifications, which if exercised would increase cumulative task order value to $149,622,814. Work will be performed in Ridgecrest, California, and is expected to be completed by February 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $132,407,174; and fiscal 2021 other procurement (Navy) funds in the amount of $3,514,720 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $1,429,267 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1215).
Jan 2023: The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $20,349,359 firm-fixed-price task order (N6247323F4140) under a multiple award construction contract (N62473-21-D-1215) for design, engineering, and construction of a maritime operations and boat maintenance facility, and renovation of a headquarters building to support Special Operations Forces, Naval Special Warfare Command at Naval Base Coronado. Work will be performed in Coronado, California, and is expected to be completed by January 2025. Fiscal 2019, 2020, and 2022 military construction contract funds in the amount of $20,349,359 are obligated on this award. Fiscal 2019 military construction contract funds in the amount of $73,599 will expire at the end of the current fiscal year. Fiscal 2020 and 2022 military construction contract funds in the amount of $20,275,760 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.
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.
Jan 2026: 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), was awarded a combined $149,000,000 modification to a previously awarded multiple award construction contract. This award brings the total cumulative face value of the contract to $2,944,000,000. This contract modification provides 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 and is expected to be completed by November 2026. No funds were obligated at time of award. Future task orders will be primarily funded by military construction (Navy), operation and maintenance (O&M) (Navy), or O&M (Marine Corps). This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Dec. 23, 2025.)
Status
(Open)
Modified 4/30/26
Period of Performance
11/29/20
Start Date
11/29/26
Ordering Period End Date
Task Order Obligations and Backlog
$508.5M
Total Obligated
$508.5M
Current Award
$509.1M
Potential Award
$0.0
Funded Backlog
$601.1K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6247321D1215
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247321D1215
$-
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 N6247321D1215
Subcontract Awards
Disclosed subcontracts for N6247321D1215
Opportunity Lifecycle
Procurement history for N6247321D1215
Transaction History
Modifications to N6247321D1215
People
Suggested agency contacts for N6247321D1215
Competition
Number of Bidders
28
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
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
VEP4UN7LDMK5
Awardee CAGE
0DW43
Agency Detail
Awarding Office
N62473 NAVFACSYSCOM SOUTHWEST
Funding Office
N62473 NAVFACSYSCOM SOUTHWEST
Created By
kayleigh.kagan@navy.mil
Last Modified By
quynh.tran.n62473@sa1700.fac.swt
Approved By
kayleigh.kagan@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
MD-02
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
C. Ruppersberger
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $32,991,740 | 263% |
Last Modified: 4/30/26