N6247822D2500
Indefinite Delivery Contract
Overview
Government Description
Contract no. N62478-22-D-2500 provides maintenance, repair, operations or overhaul services for the admiral clarey (ford island) bridge facility, pearl harbor, Hawaii. Includes furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform maintenance, repair, alteration, demolition, and minor construction for the bridge facility, including preventive maintenance, trouble calls, and repairs. Tasks performed include maintenance and repair of the bridge's viaduct, hinged transition spans, movable pontoon, hydraulic systems, microwave communications, integrated bridge control system, pontoon leak detection, closed circuit television (CCTV), roadway traffic signal and control, fire and intrusion detection, bridge electrical systems, catwalks, fixed ladders and landings, and other supporting components. Recent work includes CCTV system repair and replacement of counterbalance hydraulic hoses at the ford island bridge.
Awardee
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
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$4,947,150 (66% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pearl Harbor, Hawaii 96860 United States.
Aktarius was awarded
Indefinite Delivery Contract N6247822D2500 (N62478-22-D-2500)
by
NAVFAC Hawaii
for Maintenance, Repair, Operations Or Overhaul Services For Admiral Clarey (Ford Island) Bridge Facility (IDIQ)
in September 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation Maintenance, Repair, Operations or Overhaul Services for the Admiral Clarey (Ford Island) Bridge Facility, Pearl Harbor, Hawaii
with a 8(a) set aside
with
NAICS 488490 and
PSC Z1LB
via direct negotiation acquisition procedures with 2 bids received.
To date, $3,243,008 has been obligated through this vehicle.
The total ceiling is $4,947,150, of which 66% has been used.
Status
(Open)
Modified 8/26/25
Period of Performance
9/30/22
Start Date
9/30/27
Ordering Period End Date
Task Order Obligations
$3.2M
Total Obligated
$3.2M
Current Award
$3.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6247822D2500
$-
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 N6247822D2500
Subcontract Awards
Disclosed subcontracts for N6247822D2500
Opportunity Lifecycle
Procurement history for N6247822D2500
Transaction History
Modifications to N6247822D2500
People
Suggested agency contacts for N6247822D2500
Competition
Number of Bidders
2
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
ZE98MPEDJD37
Awardee CAGE
5UV89
Agency Detail
Awarding Office
N62478 NAVFACSYSCOM HAWAII
Funding Office
N62478 NAVFACSYSCOM HAWAII
Created By
manuel.llanes@navy.mil
Last Modified By
manuel.llanes@navy.mil
Approved By
manuel.llanes@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
FL-02
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Neal Dunn
Last Modified: 8/26/25