Search Vehicles

NAVSEA Maintenance IDIQ 2020

IDIQ

Description

Provide required maintenance, repair, and modernization of Surface Combatant and Amphibious class US Navy ships. Work under this vehicle requires awardees to:
• Provide all required facilities and supporting services and equipment (except those furnished by the Government under express provisions of this contract or subsequent Delivery Orders (DOs)) in the Norfolk, VA and/or San Diego, CA homeport.
• Provide an established management organization geared toward ship repair at all levels of size, value and complexity, with clear lines of authority, delegation of responsibility and mid-level managerial positions, capable of managing production, quality assurance, material procurement/control and subcontractor control and developing and integrating planning, estimating and scheduling functions.
• Complete, control, integrate, schedule, and progress a diverse set of ship repair capabilities.
• Provide engineering and design support to diagnose and evaluate technical problems and issues and to make competent technical recommendations.
• Procure and control material. This includes purchasing, monitoring, receiving, inspecting, segregating, issuing, determining nonconformance, and disposing of material. This also includes providing an inventory system for both Government Furnished Material and Contractor Furnished Material, including ordering, tagging and warehousing of material. All materials selected for installation must meet the specified standard military performance specifications, Federal performance standards, and may require to be listed on a Qualified Products List (QPL) for shipboard installations to ensure meeting the designated/engineered requirements for boundary locations, fire insulating/fire retardant properties, durability requirements, and for the reduction of toxic compounds produced/released should the material be ignited or installed in a confined space.
• Provide a quality control organization meeting ISO 9000 series standards.
• Perform Non-Destructive Testing.
• Provide Qualified Welding.
• Manage subcontractors, including selecting, scheduling, managing, monitoring and controlling of subcontractors.
• Manage all Safety/Security, including performing safety training, provide required first aid/medical services, performing fire protection/procedures, and providing physical yard security.
• Control Hazardous Material/Waste. Satisfy all legal requirements for removal, storage and disposal of hazardous waste. This includes providing segregated storage of Hazardous Material, obtaining all required State/Federal agency issued hazardous waste generator numbers and disposal documentation.
This solicitation is for a Firm Fixed Price type contract that includes provisions to issue cost type delivery orders. Since there are firm fixed price CLINs anticipated to be included in the solicitation, a DCAA approved accounting system is not required to be eligible for award of a prime contract. However, successful awardees would not be eligible to receive a cost type or flexibly priced delivery order until a preaward survey of the offerors accounting system design complies in all material respects with the criteria contained in the Pre-award Survey, SF1408. The Procuring Contracting Officer (PCO) will initiate requests for accounting system reviews for any successful offeror that does not currently have an approved system after awards have been made from the anticipated solicitation. Documentation will be provided to the successful awardees that will need to be completed and returned to the PCO before the audit request can be initiated. Financial capability reviews are now being conducted by DCMA instead of DCAA. Documentation for this review will need to be provided to DCMA upon request by the PCO after contract award. Financial capability reviews will be done for the Cost type CLINs/Delivery Orders if it is determined that a Cost type CLIN needs to be exercised.

Overview

Ceiling
None
Who Can Use
One Agency
Primary Set Aside
None
Extent Competed
Full And Open Competition
NAVSEA Maintenance IDIQ 2020 awarded by Naval Sea Systems Command (NAVSEA) in February 2020 accepts orders through February 2022. The IDIQ has no ceiling, and as of today, $70,675,264 has been obligated through the vehicle. The IDIQ was awarded full & open and has a primary NAICS code of 336611.

Award Hierarchy

Vehicle

NAVSEA Maintenance IDIQ 2020

Indefinite Delivery Vehicles

-

Prime Contracts

-

Subcontracts

-

Status

Period of Performance

2/18/20

Start Date

2/16/22

Ordering Period End Date
100% Complete

Task Order Obligations

$70.7M

Total Obligated

$70.7M

Current Award

$70.7M

Potential Award
100% Funded
Vehicle Award Share

Contractors with greatest percentage of obligations for NAVSEA Maintenance IDIQ 2020

Radar chart of market share on NAVSEA Maintenance IDIQ 2020

Vehicle Award Share

Federal Award Analysis

NAVSEA Maintenance IDIQ 2020 contract spending

$-

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

Awardees

NAVSEA Maintenance IDIQ 2020 awardees

Contract Awards

NAVSEA Maintenance IDIQ 2020 task orders

Subcontract Awards

NAVSEA Maintenance IDIQ 2020 subcontracts