Search IDVs

N6247321D2224

Indefinite Delivery Contract

Overview

Government Description
ENVIRONMENTAL REMEDIATION SERVICES
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
$30,000,000
Vehicle Ceiling
$240,000,000 (4% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Camp Pendleton, California 92055 United States.
Noreas Aptim Environmental Remediation JV was awarded Indefinite Delivery Contract N6247321D2224 (N62473-21-D-2224) by NAVFAC Southwest for Environmental Remediation Services in September 2021. The IDC has a duration of 5 years and was awarded through solicitation Environmental Multiple Award (EMAC)solicitation for Environmental Remediation Services with a Small Business Total set aside with NAICS 562910 and PSC F108 via direct negotiation acquisition procedures with 15 bids received. To date, $9,788,238 has been obligated through this vehicle with a potential value of all existing task orders of $14,020,118. The total ceiling is $240,000,000, of which 4% has been used. As of today, the IDC has a total reported backlog of $4,231,880. The vehicle was awarded through Environmental Remediation Services EMAC.

DOD Announcements

Sep 2021: Insight-Tidewater LLC,* Brea, California (N62473-21-D-2223), and NOREAS-Aptim Environmental Remediation JV,* Irvine, California (N62473-21-D-2224), and are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for environmental remediation projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility (AOR) including Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington, and other locations nationwide. The work to be performed includes environmental remedial and removal actions, remedial design, expedited and emergency response actions, pilot and treatability studies, remedial systems operation and maintenance, corrective actions, and other related activities associated with returning sites to safe and acceptable levels of contamination. The maximum dollar value for all contracts combined is $240,000,000. NOREAS-Aptim Environmental Remediation JV is awarded an initial task order at $172,440 for new site inspection at the former Mare Island Naval Shipyard, Vallejo, California. The task order also contains number two unexercised options, which if exercised would increase cumulative task order value to $203,730. Work for this task order is expected to be completed by September 2024. All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (90%); other locations in the U.S. (5%); Nevada (3%); and Arizona (2%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2026. Fiscal 2021 Base Realignment and Closure (Navy); and operation and maintenance (Navy) in the amount of $182,440 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract is in response to the corrective action for solicitation N62473-16-R-8013, with 15 proposals received. Four contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity.

Status
(Open)

Modified 11/16/23
Period of Performance
9/28/21
Start Date
9/28/26
Ordering Period End Date
78.0% Complete

Task Order Obligations and Backlog
$9.8M
Total Obligated
$9.8M
Current Award
$14.0M
Potential Award
70% Funded
$0.0
Funded Backlog
$4.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6247321D2224

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6247321D2224

$-

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 N6247321D2224

Subcontract Awards

Disclosed subcontracts for N6247321D2224

Opportunity Lifecycle

Procurement history for N6247321D2224

Transaction History

Modifications to N6247321D2224

People

Suggested agency contacts for N6247321D2224

Competition

Number of Bidders
15
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
E6DMMWRU5LN5
Awardee CAGE
7XPX7
Agency Detail
Awarding Office
N62473 NAVFACSYSCOM SOUTHWEST
Funding Office
N62473 NAVFACSYSCOM SOUTHWEST
Created By
richard.j.spagnuolo.civ.n62473@us.navy.mil
Last Modified By
richard.j.spagnuolo.civ.n62473@us.navy.mil
Approved By
richard.j.spagnuolo.civ.n62473@us.navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
CA-45
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Michelle Steel

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of facilities (25.4) $3,601,572 85%
Department of Defense Base Closure Account, Defense (097-0516) Department of Defense-Military Operation and maintenance of facilities (25.4) $641,150 15%
Last Modified: 11/16/23