N6945016D1112
Indefinite Delivery Contract
Overview
Government Description
Base Year for The DB IDIQ Medium MACC for
North Florida Aor
Awardee
Awarding / 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
Individual Order Limit
$20,000,000
Vehicle Ceiling
$174,000,000 (6% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Albany, Georgia 31704 United States.
Amendment Since initial award the Ordering Period End Date was extended from 07/11/17 to 07/11/21.
Amendment Since initial award the Ordering Period End Date was extended from 07/11/17 to 07/11/21.
Southeast Cherokee Construction was awarded
Indefinite Delivery Contract N6945016D1112 (N69450-16-D-1112)
by
NAVFAC Southeast
in July 2016.
The IDC
has a duration of 5 years and
was awarded
through solicitation DESIGN BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR THE NORTH FLORIDA AREA
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1AZ
via two step acquisition procedures with 26 bids received.
To date, $11,040,770 has been obligated through this vehicle.
The total ceiling is $174,000,000, of which 6% has been used.
The vehicle was awarded through NAVFAC Southeast North Florida Construction MACC.
DOD Announcements
Jul 2016:
Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green Inc.,* Pensacola, Florida (N69450-16-D-1109); ARTEC Group,* Sarasota, Florida (N69450-16-D-1110); Desbuild Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-16-D-1112); Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all seven contracts combined is $99,000,000. The work to be performed provides for primarily general building type projects; new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR. Projects issued under this contract will require either single-discipline or multi-discipline design services or may include 100 percent performance specifications. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The ARTEC Group is being awarded task order 0001 at $12,228,057 for the design and construction of the Littoral Combat Ship Mission Module Readiness Center at Naval Station Mayport, Jacksonville, Florida. Work for this task order is expected to be completed by February 2018. All work on this contract will be performed primarily within the NAVFAC Southeast AOR. The term of the contract is not to exceed 60 months with an expected completion date of July 2021. Fiscal 2016 military construction (Navy); and fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $12,234,057 are being obligated on this award, of which $6,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 26 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
Status
(Complete)
Modified 9/11/20
Period of Performance
7/12/16
Start Date
7/11/21
Ordering Period End Date
Task Order Obligations
$11.0M
Total Obligated
$11.0M
Current Award
$11.0M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6945016D1112
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6945016D1112
$-
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 N6945016D1112
Subcontract Awards
Disclosed subcontracts for N6945016D1112
Opportunity Lifecycle
Procurement history for N6945016D1112
Transaction History
Modifications to N6945016D1112
People
Suggested agency contacts for N6945016D1112
Competition
Number of Bidders
26
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
U8ZSN9MATNB7
Awardee CAGE
1KT61
Agency Detail
Awarding Office
N69450 NAVFAC SOUTHEAST
Funding Office
N69450 NAVFAC SOUTHEAST
Created By
rebecca.m.jones@navy.mil
Last Modified By
rebecca.m.jones@navy.mil
Approved By
rebecca.m.jones@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
AL-02
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Barry Moore
Last Modified: 9/11/20