N6945025D1016
Indefinite Delivery Contract
Overview
Government Description
CONSTRUCTION IDIQ NAS KEY WEST TO NEW DOMINION CONSTRUCTION LLC
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$4,500,000
Vehicle Ceiling
$4,500,000 (85% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Key West, Florida 33040 United States.
Sole Source This IDC was awarded sole source to New Dominion Construction because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Vulnerable Incumbent New Dominion Construction is listed as graduating from the 8(a) program in August 2026, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to New Dominion Construction because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Vulnerable Incumbent New Dominion Construction is listed as graduating from the 8(a) program in August 2026, which may limit its ability to recompete.
New Dominion Construction was awarded
Indefinite Delivery Contract N6945025D1016 (N69450-25-D-1016)
by
USACE Fort Worth District
for Construction IDIQ NAS Key West
in August 2025.
The IDC
has a duration of 5 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 236220 and
PSC Z2JZ
via sole source acquisition procedures with 1 bid received.
To date, $3,823,683 has been obligated through this vehicle.
The total ceiling is $4,500,000, of which 85% has been used.
Status
(Open)
Modified 8/22/25
Period of Performance
8/21/25
Start Date
8/21/30
Ordering Period End Date
Task Order Obligations
$3.8M
Total Obligated
$3.8M
Current Award
$3.8M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6945025D1016
$-
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 N6945025D1016
Subcontract Awards
Disclosed subcontracts for N6945025D1016
Transaction History
Modifications to N6945025D1016
People
Suggested agency contacts for N6945025D1016
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
LAA3W2UCHL23
Awardee CAGE
6JWF8
Agency Detail
Awarding Office
N69450 NAVFACSYSCOM SOUTHEAST
Funding Office
N00213 NAVAL AIR STATION
Created By
shanna.l.taylor6.civ.n69450@us.navy.mil
Last Modified By
ileana.c.wolski.civ.n69450@us.navy.mil
Approved By
ileana.c.wolski.civ.n69450@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-07
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Abigail Spanberger
Last Modified: 8/22/25