N6247820D4007
Indefinite Delivery Contract
Overview
Government Description
DESIGN-BUILD/DESIGN-BID BUILD MULTIPLE AWARD CONSTRUCTION CONTRACT (DB/DBB MACC), VARIOUS LOCATIONS, STATE OF HAWAII
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
$1,128,000,000 (6% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pearl Harbor, Hawaii 96860 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: $1B SMALL BUSINESS DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII AND WAKE ISLAND, $1B HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) DESIGN-BUILD/DESIGN-BID BUILD (DB/DBB) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII, $10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island
Amendment Since initial award the Ordering Period End Date was extended from 01/30/25 to 06/09/25 and the Vehicle Ceiling has increased 14% from $990,000,000 to $1,128,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Recompete The following similar solicitation(s) may continue aspects of this idv: $1B SMALL BUSINESS DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII AND WAKE ISLAND, $1B HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) DESIGN-BUILD/DESIGN-BID BUILD (DB/DBB) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII, $10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island
Amendment Since initial award the Ordering Period End Date was extended from 01/30/25 to 06/09/25 and the Vehicle Ceiling has increased 14% from $990,000,000 to $1,128,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Stronghold Engineering was awarded
Indefinite Delivery Contract N6247820D4007 (N62478-20-D-4007)
by
NAVFAC Hawaii
for Design-Build/Design-Bid Build Multiple Award Construction Contract (DB/DBB MACC), Various Locations, State Of Hawaii
in January 2020.
The IDC
has a duration of 5 years 5 months and
was awarded
through solicitation Design-Build/Design-Bid-Build Multiple Award Construction Contract (DB/DBB MACC), Various Locations, State of Hawaii
full & open
with
NAICS 236220 and
PSC Y1JZ
via two step acquisition procedures with 12 bids received.
To date, $68,252,128 has been obligated through this vehicle.
The total ceiling is $1,128,000,000, of which 6% has been used.
The vehicle was awarded through DB-DBB MACC Various Locations - Hawaii.
DOD Announcements
Jan 2020:
APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007) are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The maximum dollar value including the base period and four option years for all seven contracts combined is $990,000,000. No task orders are being issued at this time. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. Work will be performed within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months, with an expected completion date of January 2025. Operations and maintenance, Navy (O&M, N) funds for $175,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
Jul 2024: APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International, LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering, Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $61,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration, and related demolition of existing infrastructure. The cumulative face value of the contract is $1,051,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Jan 2025: APTIM-Harper Construction JV LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $77,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration and related demolition of existing infrastructure. The cumulative face value of the contract is $1,128,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Jul 2024: APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International, LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering, Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $61,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration, and related demolition of existing infrastructure. The cumulative face value of the contract is $1,051,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Jan 2025: APTIM-Harper Construction JV LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $77,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration and related demolition of existing infrastructure. The cumulative face value of the contract is $1,128,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Status
(Open)
Modified 1/14/25
Period of Performance
1/15/20
Start Date
6/9/25
Ordering Period End Date
Task Order Obligations
$68.3M
Total Obligated
$68.3M
Current Award
$68.3M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6247820D4007
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247820D4007
$-
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 N6247820D4007
Subcontract Awards
Disclosed subcontracts for N6247820D4007
Opportunity Lifecycle
Procurement history for N6247820D4007
Transaction History
Modifications to N6247820D4007
People
Suggested agency contacts for N6247820D4007
Competition
Number of Bidders
12
Solicitation Procedures
Two Step
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
EG59ND6RTQ43
Awardee CAGE
0ZCX2
Agency Detail
Awarding Office
N62478 NAVFACSYSCOM HAWAII
Funding Office
N62478 NAVFACSYSCOM HAWAII
Created By
jamie.inouye@navy.mil
Last Modified By
jamie.inouye@navy.mil
Approved By
jamie.inouye@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
CA-39
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Mark Takano
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Land and structures (32.0) | $25,000 | 100% |
Last Modified: 1/14/25