N6264518D5037
Indefinite Delivery Contract
Overview
Government Description
VARIOUS CLINICAL MEDICAL SERVICES (PHYSICIANS, ALLIED HEALTH, ADVANCED PRACTICE NURSES, NURSING, TECHNOLOGIST, TECHNICIAN, AND ASSISTANT LABOR BANDS) FOR NAVY MEDICAL TREATMENT FACILITIES IN THE NORTHEASTERN REGION OF THE U.S.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$869,374,500 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Portsmouth, Virginia 23708 United States.
Choctaw Contracting Services was awarded
Indefinite Delivery Contract N6264518D5037 (N62645-18-D-5037)
by
the Bureau of Medicine and Surgery
in October 2018.
The IDC
has a duration of 5 years and
was awarded
through solicitation Northeast Medical Services, Multiple Award Task Order Contract
with a Small Business Total set aside
with
NAICS 622110 and
PSC Q201
via direct negotiation acquisition procedures with 50 bids received.
To date, $7,712,176 has been obligated through this vehicle with a potential value of all existing task orders of $16,421,726.
The total ceiling is $869,374,500, of which 1% has been used.
As of today, the IDC has a total reported backlog of $8,709,550.
The vehicle was awarded through Northeast Medical Services IDIQ.
DOD Announcements
May 2018:
American Hospital Services Group LLC,* Exton, Pennsylvania (N62645-18-D-5034); The Arora Group Inc.,* Gaithersburg, Maryland (N62645-18-D-5035); Coastal Clinical & Management Services Inc.,* Rosemont, Pennsylvania (N62645-18-D-5036); Choctaw Contracting Services,* Durant, Oklahoma (N62645-18-D-5037); Dependable Health Services Inc.,* San Antonio, Texas (N62645-18-D-5038); Distinctive Health Spectrum Care JV LLC,* Bowie, Maryland (N62645-18-D-5039); Federal Staffing Resources LLC,* Annapolis, Maryland (N62645-18-D-5040); GiaMed Resources JV LLC,* Ft Lauderdale, Florida (N62645-18-D-5041); Global Dynamics LLC,* Columbia, Maryland (N62645-18-D-5042); Godwin Corp., Langley Park, Maryland (N62645-18-D-5043); Matrix Providers Inc.,* Denver, Colorado (N62645-18-D-5044); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-18-D-5045); Donald L. Mooney Enterprises doing business as Nurses Etc. Staffing,* San Antonio, Texas (N62645-18-D-5046); Vesa Health and Technology Inc.,* San Antonio, Texas (N62645-18-D-5047); and Washington-Harris Group Inc.,* Greenbelt, Maryland (N62645-18-D-5048), are each awarded a firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various medical services which include physician, Allied Health, advanced practice nurse, nursing, technologist, technician, and assistant. The contracts have a five-year ordering period and the maximum aggregate dollar value is $869,374,500. Work will be performed at military treatment facilities and their associated branch clinics in the Northeastern region of the U.S., which include: Naval Medical Center Portsmouth, Virginia (86 percent); Naval Health Clinic Quantico, Virginia (5 percent); Naval Health Clinic Annapolis, Maryland (2 percent); Naval Health Clinic Great Lakes, Illinois (2 percent); Naval Health Clinic Newport, Rhode Island (1 percent); Naval Health Clinic Patuxent River, Maryland (1 percent); Naval Branch Health Clinic Groton, Connecticut (1 percent); Naval Branch Health Clinic Portsmouth, New Hampshire (1 percent); and Naval Branch Health Clinic Saratoga Springs, New York (1 percent). Each company will receive at least one lot and work performed under these contracts is expected to be completed by Sept. 30, 2023. Initial task orders totaling $57,035,464.87 will be awarded with fiscal 2019 Defense Health Program funds, and funds will not expire at the end of the current fiscal year. These contracts were competitively procured as a 100 percent small business set-aside via the Federal Business Opportunities website, with 50 offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the
Status
(Complete)
Modified 3/14/19
Period of Performance
10/1/18
Start Date
9/30/23
Ordering Period End Date
Task Order Obligations and Backlog
$7.7M
Total Obligated
$7.7M
Current Award
$16.4M
Potential Award
$0.0
Funded Backlog
$8.7M
Total Backlog
Award Hierarchy
Vehicle
Indefinite Delivery Contract
N6264518D5037
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6264518D5037
$-
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 N6264518D5037
Subcontract Awards
Disclosed subcontracts for N6264518D5037
Opportunity Lifecycle
Procurement history for N6264518D5037
Transaction History
Modifications to N6264518D5037
People
Suggested agency contacts for N6264518D5037
Competition
Number of Bidders
50
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
YR1MCEX1LFF5
Awardee CAGE
5JDV0
Agency Detail
Awarding Office
N62645 NAVAL MEDICAL LOGISTICS COMMAND
Funding Office
N00183 NAVAL MEDICAL CENTER PORTSMOUTH VA
Created By
heather.skimson.n62645@med.navy.mil
Last Modified By
jan.harding@sa1700.bumed
Approved By
heather.skimson.n62645@med.navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
OK-02
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Josh Brecheen
Last Modified: 3/14/19