N6247825D4045
Indefinite Delivery Contract
Overview
Government Description
N62478-24-R-4053, $8B unrestricted 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
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$8,000,000,000 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pearl Harbor, Hawaii 96860 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Hensel Phelps Construction Co was awarded
Indefinite Delivery Contract N6247825D4045 (N62478-25-D-4045)
by
NAVFAC Hawaii
in June 2025.
The IDC
has a duration of 8 years and
was awarded
through solicitation $8B UNRESTRICTED 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
full & open
with
NAICS 236220 and
PSC Y1JZ
via two step acquisition procedures with 15 bids received.
To date, $64,479,000 has been obligated through this vehicle with a potential value of all existing task orders of $82,755,000.
The total ceiling is $8,000,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $18,276,000.
The vehicle was awarded through Hawaii and Wake Island Design-Build/Design-Bid-Build MACC (Unrestricted) .
DOD Announcements
Jun 2025:
Environmental Chemical Corp., Burlingame, California (N6247825D4041); Grunley Goodfellow JV*, Rockville, Maryland (N6247825D4042); Hawaii-Wake MACC Constructors, Watsonville, California (N6247825D4043); Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii (N6247825D4044); Hensel Phelps Construction Co., Honolulu, Hawaii (N6247825D4045); Kiewit Infrastructure West Co., Honolulu, Hawaii (N6247825D4046); The Korte Co., St. Louis, Missouri (N6247825D4047); Nan Inc., Honolulu, Hawaii (N6247825D4048); Nordic PCL Construction Inc., Honolulu, Hawaii (N6247825D4049); SLSCO Ltd., Galveston, Texas (N6247825D4050); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N6247825D4051), were awarded a combined $8,000,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for new construction, repair, alteration, and related demolition of existing infrastructure within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility. Each awardee was awarded $3,000 (minimum contract guarantee per awardee) after contract award. The maximum combined dollar value, including the base period of five years and one option period of three years, for all 11 contracts is $8,000,000,000. Work will be performed primarily within the NAVFAC Hawaii region, and is expected to be completed by June 2033. Future task orders will be primarily funded by operation and maintenance (O&M) (Navy) and military construction defense agencies contract funds. Fiscal 2025 O&M (Navy) funding in the amount of $33,000 will be obligated for the minimum guarantees and will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov website with 15 offers received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. (Awarded June 12, 2025)
Status
(Open)
Modified 10/7/25
Period of Performance
6/11/25
Start Date
6/11/33
Ordering Period End Date
Task Order Obligations and Backlog
$64.5M
Total Obligated
$64.5M
Current Award
$82.8M
Potential Award
$0.0
Funded Backlog
$18.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6247825D4045
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247825D4045
$-
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 N6247825D4045
Subcontract Awards
Disclosed subcontracts for N6247825D4045
Opportunity Lifecycle
Procurement history for N6247825D4045
Transaction History
Modifications to N6247825D4045
People
Suggested agency contacts for N6247825D4045
Competition
Number of Bidders
15
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
LA5LXK1PHJB5
Awardee CAGE
6TYN2
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
HI-01
Senators
Mazie Hirono
Brian Schatz
Brian Schatz
Representative
Ed Case
Last Modified: 10/7/25