N6274222D1800
Indefinite Delivery Contract
Overview
Government Description
INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ENVIRONMENTAL REMEDIAL ACTION FOR SITES IN HAWAII, GUAM, AND OTHER AREAS WITHIN THE NAVAL FACILITIES SYSTEMS COMMAND PACIFIC AREA OF RESPONSIBILITY
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Award Fee
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$245,000,000 (20% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Jbphh, Hawaii 96860 United States.
Amendment Since initial award the Ordering Period End Date was shortened from 09/28/27 to 03/23/27.
Amendment Since initial award the Ordering Period End Date was shortened from 09/28/27 to 03/23/27.
Cape-Weston JV3 was awarded
Indefinite Delivery Contract N6274222D1800 (N62742-22-D-1800)
by
NAVFAC Pacific
in March 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Environmental Remedial Action Contract for Sites in Hawaii, Guam, and Other Areas within the Naval Facilities Engineering Systems Command Pacific Area of Responsibility
with a Small Business Total set aside
with
NAICS 562910 and
PSC Y1PZ
via direct negotiation acquisition procedures with 3 bids received.
To date, $49,741,179 has been obligated through this vehicle.
The total ceiling is $245,000,000, of which 20% has been used.
DOD Announcements
Mar 2022:
CAPE-WESTON JV3 LLC,* Norcross, Georgia, is awarded a $245,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for environmental remedial action services for Navy and Marine Corps installations and other government agencies within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. The work to be performed provides for, but is not limited to, removal actions, remedial actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels. The maximum dollar value, including the base period and four option years, is $245,000,000. Work will be performed in Hawaii (54%), California (24%), Palau (8%), Washington state (6%), Guam (4%), Arizona (2%), and Nevada (2%), and is expected to be completed by March 2027. No funds will be obligated at time of award. Future task orders will be funded by environmental restoration (Navy) funds, and will be obligated on individual task orders as they are issued. This contract was competitively procured via the beta.sam.gov website, with three offers received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity (N62742-22-D-1800).
Status
(Open)
Modified 2/27/25
Period of Performance
3/28/22
Start Date
3/23/27
Ordering Period End Date
Task Order Obligations
$49.7M
Total Obligated
$49.7M
Current Award
$49.7M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6274222D1800
$-
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 N6274222D1800
Subcontract Awards
Disclosed subcontracts for N6274222D1800
Opportunity Lifecycle
Procurement history for N6274222D1800
Transaction History
Modifications to N6274222D1800
People
Suggested agency contacts for N6274222D1800
Competition
Number of Bidders
3
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
K1S9HY31RLG9
Awardee CAGE
914N3
Agency Detail
Awarding Office
N62742 NAVFACSYSCOM PACIFIC
Funding Office
N62742 NAVFACSYSCOM PACIFIC
Created By
valerie.a.mito@navy.mil
Last Modified By
valerie.a.mito@navy.mil
Approved By
valerie.a.mito@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
GA-07
Senators
Jon Ossoff
Raphael Warnock
Raphael Warnock
Representative
Lucy McBath
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Land and structures (32.0) | $5,580,780 | 100% |
Last Modified: 2/27/25