N6247820D4014
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 (28% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: M C B H Kaneohe Bay, Hawaii 96863 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 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 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%
Nan, Inc. was awarded
Indefinite Delivery Contract N6247820D4014 (N62478-20-D-4014)
by
NAVFAC Hawaii
for Design-Build/Design-Bid Build Multiple Award Construction
Contract (DB/DBB MACC), Various Locations, State Of Hawaii
in June 2020.
The IDC
has a duration of 5 years 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, $311,017,130 has been obligated through this vehicle with a potential value of all existing task orders of $318,004,764.
The total ceiling is $1,128,000,000, of which 28% has been used.
As of today, the IDC has a total reported backlog of $6,987,634.
The vehicle was awarded through DB-DBB MACC Various Locations - Hawaii.
DOD Announcements
Jun 2020:
UPDATE: An indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract announced on Jan. 31, 2020, with a combined value of $990,000,000, has added HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors, Bremerton, Washington (N62478-20-D-4015), as three of 10 awardees to design-build and design-bid-build construction projects located within the Naval Facilities Engineering Command Hawaii area of operations.
Dec 2021: Nan Inc., Honolulu, Hawaii, is awarded an $18,416,100 firm-fixed-price task order (N6247822F4009) under previously-awarded multiple-award construction contract N62478-20-D-4014 for replacement of the low pressure air system at Joint Base Pearl Harbor-Hickam, Hawaii. Work will be performed in Honolulu, Hawaii, and is expected to be completed by February 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $18,416,100 will be obligated at time of award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Aug 2022: Nan Inc., Honolulu, Hawaii, is awarded a $21,831,871 firm-fixed-price task order (N6247822F4397) under a previously awarded contract to repair Ammunition Wharf W2, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for wharf replacement with a reinforced concrete wharf on concrete piles built to current standards. The project will also include the reconstruction of wastewater and portable water utility systems, phone lines and grounding system for lightning protection. Utilities will be placed into a utility trench built into the wharf deck, and a permanent oil spill containment boom, safety ladders, life ring cabinets, fire alarm system and mooring hardware will be installed. Work will be performed at Oahu, Hawaii, and is expected to be completed by November 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $21,831,871 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured with four offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4014).
Nov 2022: Nan Inc., Honolulu, Hawaii, is awarded a $19,112,594 modification to firm-fixed-price task order N6247822F4397 under previously awarded contract N62478-20-D-4014 to exercise Bid Option 1, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed includes repair of Ammunition Wharf W2 by replacing it with a reinforced concrete wharf on concrete piles built to current standards. Work will be performed at Oahu, Hawaii, and is expected to be completed by December 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $19,112,594 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command 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.
Dec 2021: Nan Inc., Honolulu, Hawaii, is awarded an $18,416,100 firm-fixed-price task order (N6247822F4009) under previously-awarded multiple-award construction contract N62478-20-D-4014 for replacement of the low pressure air system at Joint Base Pearl Harbor-Hickam, Hawaii. Work will be performed in Honolulu, Hawaii, and is expected to be completed by February 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $18,416,100 will be obligated at time of award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Aug 2022: Nan Inc., Honolulu, Hawaii, is awarded a $21,831,871 firm-fixed-price task order (N6247822F4397) under a previously awarded contract to repair Ammunition Wharf W2, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for wharf replacement with a reinforced concrete wharf on concrete piles built to current standards. The project will also include the reconstruction of wastewater and portable water utility systems, phone lines and grounding system for lightning protection. Utilities will be placed into a utility trench built into the wharf deck, and a permanent oil spill containment boom, safety ladders, life ring cabinets, fire alarm system and mooring hardware will be installed. Work will be performed at Oahu, Hawaii, and is expected to be completed by November 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $21,831,871 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured with four offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4014).
Nov 2022: Nan Inc., Honolulu, Hawaii, is awarded a $19,112,594 modification to firm-fixed-price task order N6247822F4397 under previously awarded contract N62478-20-D-4014 to exercise Bid Option 1, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed includes repair of Ammunition Wharf W2 by replacing it with a reinforced concrete wharf on concrete piles built to current standards. Work will be performed at Oahu, Hawaii, and is expected to be completed by December 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $19,112,594 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command 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
(Complete)
Modified 6/14/25
Period of Performance
6/9/20
Start Date
6/9/25
Ordering Period End Date
Task Order Obligations and Backlog
$311.0M
Total Obligated
$311.0M
Current Award
$318.0M
Potential Award
$0.0
Funded Backlog
$7.0M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6247820D4014
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247820D4014
$-
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 N6247820D4014
Subcontract Awards
Disclosed subcontracts for N6247820D4014
Opportunity Lifecycle
Procurement history for N6247820D4014
Transaction History
Modifications to N6247820D4014
People
Suggested agency contacts for N6247820D4014
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
J1P1SQSCUYK6
Awardee CAGE
0U373
Agency Detail
Awarding Office
N62478 NAVFACSYSCOM HAWAII
Funding Office
N62478 NAVFACSYSCOM HAWAII
Created By
jamie.inouye@navy.mil
Last Modified By
scott.fukumae.n62742@sa1700.fac.pacific
Approved By
jamie.inouye@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
HI-01
Senators
Mazie Hirono
Brian Schatz
Brian Schatz
Representative
Ed Case
Last Modified: 6/14/25