Search IDVs

N6945019D1084

Indefinite Delivery Contract

Overview

Government Description
DB/DBB IDIQ MACC FOR THE SOUTH TEXAS AREA OF RESPONSIBILITY
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
$99,000,000 (34% Used)
Walga Ross Group JV was awarded Indefinite Delivery Contract N6945019D1084 (N69450-19-D-1084) by NAVFAC Southeast for Db/Dbb Idiq Macc For The South Texas Area Of Responsibility in September 2019. The IDC has a duration of 5 years and was awarded through solicitation Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the South Texas Area of Responsibility (AOR) with a Small Business Total set aside with NAICS 236220 and PSC Y1JZ via direct negotiation acquisition procedures with 20 bids received. To date, $33,178,818 has been obligated through this vehicle. The total ceiling is $99,000,000, of which 34% has been used. The vehicle was awarded through Design-Bid-Build General Construction MACC South Texas AOR IDIQ MACC.

DOD Announcements

Sep 2019: Bristol Design Build Services,* Wilmington, North Carolina (N69450-19-D-1080); CCI Utility and Construction Services LLC,* Garden Ridge, Texas (N69450-19-D-1081); JSR Inc.,* Schertz, Texas (N69450-19-D-1082); SGS LLC,* Yukon, Oklahoma (N69450-19-D-1083); Walga Ross Group JV,* Topeka, Kansas (N69450-19-D-1084); and Web LLC, doing business as WEBCO,* Springfield, Virginia (N69450-19-D-1085), are each awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the South Texas area of responsibility. The maximum dollar value for the five-year ordering period for all six contracts combined is $99,000,000. No task orders are being issued at this time. The work to be performed provides for, but is not limited to, vertical and horizontal construction (new construction, renovation, alteration, demolition, repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory and community support facilities. Projects may also require comprehensive interior design and incorporation of sustainable features. All work on this contract will be performed in Corpus Christi (40%); Kingsville (40%); associated outlying airfields (15%); and remainder of the U.S. (5%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M,N) contract funds in the amount of $6,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy); and O&M,N funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 20 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Status
(Complete)

Modified 9/28/23
Period of Performance
9/25/19
Start Date
9/25/24
Ordering Period End Date
100% Complete

Task Order Obligations
$33.2M
Total Obligated
$33.2M
Current Award
$33.2M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

N6945019D1084

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6945019D1084

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under N6945019D1084

Subcontract Awards

Disclosed subcontracts for N6945019D1084

Opportunity Lifecycle

Procurement history for N6945019D1084

Transaction History

Modifications to N6945019D1084

People

Suggested agency contacts for N6945019D1084

Competition

Number of Bidders
20
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
F6EUQPKH71A6
Awardee CAGE
7RPE5
Agency Detail
Awarding Office
N69450 NAVFACSYSCOM SOUTHEAST
Funding Office
N69450 NAVFACSYSCOM SOUTHEAST
Created By
john.e.mack5.civ.n69450@us.navy.mil
Last Modified By
john.e.mack5.civ.n69450@us.navy.mil
Approved By
john.e.mack5.civ.n69450@us.navy.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
KS-07
Senators
Jerry Moran
Roger Marshall
Last Modified: 9/28/23