N6274222D1312
Indefinite Delivery Contract
Overview
Government Description
Siop MACC Navfacpac Aor
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
$8,000,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Burlingame, California 94010 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%
ECC Infrastructure was awarded
Indefinite Delivery Contract N6274222D1312 (N62742-22-D-1312)
by
NAVFAC Pacific
in November 2021.
The IDC
has a duration of 8 years and
was awarded
through solicitation WATERFRONT MULTIPLE AWARD CONSTRUCTION CONTRACT PRIMARILY FOR THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM AT HAWAII, WASHINGTON AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC
full & open
with
NAICS 237990 and
PSC Y1ED
via direct negotiation acquisition procedures with 6 bids received.
To date, $6,237,212 has been obligated through this vehicle.
The total ceiling is $8,000,000,000, of which 0% has been used.
The vehicle was awarded through NAVFAC Shipyard Infrastructure Optimization Program.
DOD Announcements
Nov 2021:
Bechtel National Inc., Reston, Virginia (N62742-22-D-1310); Dragados/Hawaiian Dredging/Orion JV, Honolulu, Hawaii (N62742-22-D-1311); ECC Infrastructure LLC, Burlingame, California (N62742-22-D-1312); Kiewit-Alberici SIOP MACC AJV, Vancouver, Washington (N62742-22-D-1313); and TPC-NAN JV, Sylmar, California (N62742-22-D-1314), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award construction contracts (MACC) with a combined maximum value of $8,000,000,000 primarily for the Shipyard Infrastructure Optimization Program (SIOP) at Hawaii, Washington, and other areas under the cognizance of the Naval Facilities Engineering Systems Command (NAVFAC). The main purpose of this SIOP MACC is to facilitate the potential future awards of task orders for military construction projects at Pearl Harbor Naval Shipyard and Puget Sound Naval Shipyard. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Each awardee is being awarded $2,000,000 in order to satisfy the minimum guarantee. Work will be performed primarily within the NAVFAC Pacific area of responsibility, including Hawaii (40%); Washington (40%); Guam (10%); other areas in the Pacific and Indian Oceans (5%); and other areas under NAVFAC cognizance (5%), and is expected to be completed by November 2029. Fiscal 2022 military construction (Navy) funds in the amount of $10,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy) funds. This contract was competitively procured via the beta.sam.gov website, with six proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Status
(Open)
Modified 10/31/25
Period of Performance
11/9/21
Start Date
11/9/29
Ordering Period End Date
Task Order Obligations
$6.2M
Total Obligated
$6.2M
Current Award
$6.2M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6274222D1312
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6274222D1312
$-
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 N6274222D1312
Subcontract Awards
Disclosed subcontracts for N6274222D1312
Opportunity Lifecycle
Procurement history for N6274222D1312
Transaction History
Modifications to N6274222D1312
People
Suggested agency contacts for N6274222D1312
Competition
Number of Bidders
6
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
EBC6G3KPMSD4
Awardee CAGE
8E2U8
Agency Detail
Awarding Office
N62742 NAVFACSYSCOM PACIFIC
Funding Office
N62742 NAVFACSYSCOM PACIFIC
Created By
erin.y.hoe.civ.n62742@us.navy.mil
Last Modified By
kyle.monma.n62742@sa1700.fac.pac
Approved By
erin.y.hoe.civ.n62742@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
CA-15
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Kevin Mullin
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Military Construction, Navy and Marine Corps (017-1205) | Department of Defense-Military | Land and structures (32.0) | $150,000 | 100% |
Last Modified: 10/31/25