Search IDVs

N6247321D3602

Indefinite Delivery Contract

Overview

Government Description
BASE PERIOD IDIQ SERVICES
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$7,000,000
Vehicle Ceiling
$198,000,001 (9% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92145 United States.
Incumbent Chugach Consolidated Solutions has indicated it no longer qualifies as a Small Business for NAICS 561210, which may limit its ability to win future recompetes with a set-aside
Amendment Since initial award the Vehicle Ceiling has increased 100% from $99,000,000 to $198,000,001.
Chugach Consolidated Solutions was awarded Indefinite Delivery Contract N6247321D3602 (N62473-21-D-3602) by NAVFAC Southwest for Base Period Idiq Services in July 2021. The IDC has a duration of 5 years and was awarded through solicitation N62473-21-R-0020: NAVFAC SW MULTI-FUNCTION MASC AT VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO & UTAH with a 8(a) set aside with NAICS 561210 and PSC S216 via direct negotiation acquisition procedures with 5 bids received. To date, $37,719,561 has been obligated through this vehicle with a potential value of all existing task orders of $74,168,107. The total ceiling is $198,000,001, of which 9% has been used. As of today, the IDC has a total reported backlog of $56,635,121 and funded backlog of $20,186,575.

DOD Announcements

Jul 2021: Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-21-D-3602); Claxton/LT JV LLC,* Stafford, Virginia (N62473-21-D-3603); KGJJ Engineering Solutions JV LLC,* Fort Worth, Texas (N62473-21-D-3604); and Sunik LLC,* Herndon, Virginia (N62473-21-D-3605), are awarded a combined maximum-value $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for multiple-function facilities support services at various government installations in Arizona, California, Colorado, Nevada, New Mexico and Utah. These four contractors may compete for task orders under the terms and conditions of the awarded contract. Chugach, KGJJ, and Sunik are each being awarded $500 to satisfy the guaranteed minimum. Claxton/LT JV LLC is being awarded the initial task order at $1,191,244 for airfield structures maintenance services at Marine Corps Air Station Camp Pendleton, California. Work for this task order is expected to be completed by August 2022. All work on this contract will be performed at various government installations within the Naval Facilities Engineering Systems Command Southwest area of responsibility including, but not limited to California (91%); Arizona (5%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%), and is expected to be completed by August 2026. Fiscal 2021 operation and maintenance (Marine Corps); and fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,192,744 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside via the beta.sam.gov website, with five offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Status
(Open)

Modified 3/27/25
Period of Performance
7/31/21
Start Date
7/31/26
Ordering Period End Date
84.0% Complete

Task Order Obligations and Backlog
$17.5M
Total Obligated
$37.7M
Current Award
$74.2M
Potential Award
24% Funded
$20.2M
Funded Backlog
$56.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6247321D3602

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6247321D3602

$-

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 N6247321D3602

Subcontract Awards

Disclosed subcontracts for N6247321D3602

Opportunity Lifecycle

Procurement history for N6247321D3602

Transaction History

Modifications to N6247321D3602

People

Suggested agency contacts for N6247321D3602

Competition

Number of Bidders
5
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
HME6LMM16LA1
Awardee CAGE
6XZF0
Agency Detail
Awarding Office
N62473 NAVFACSYSCOM SOUTHWEST
Funding Office
N62473 NAVFACSYSCOM SOUTHWEST
Created By
christine.roundy@navy.mil
Last Modified By
christine.roundy@navy.mil
Approved By
christine.roundy@navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Representative
Mary Peltola

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) $521,213 80%
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of facilities (25.4) $128,407 20%
Operation and Maintenance, Navy Reserve (017-1806) Department of Defense-Military Rental payments to others (23.2) $25,180 4%
Last Modified: 3/27/25