Search IDVs

N0002420D4448

Indefinite Delivery Contract

Overview

Government Description
COMPLEX FFP DOS PERIOD (LOT 1)
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$671,000,000 (27% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pearl Harbor, Hawaii 96860 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: US NAVY Submarine Preservation and Repair IDIQ MAC, Virginia Class San Tank IDIQ
Amendment Since initial award the Ordering Period End Date was extended from 01/27/25 to 09/30/25.
Pacific Shipyards International was awarded Indefinite Delivery Contract N0002420D4448 (N00024-20-D-4448) by Naval Sea Systems Command for Complex Ffp Dos Period (LOT 1) in January 2020. The IDC has a duration of 5 years 8 months and was awarded through solicitation Ship Repair IDIQ-MAC for Hawaii CNO Availabilities, Emergent Maintence and Continuous Maintenance full & open with NAICS 336611 and PSC J999 via direct negotiation acquisition procedures with 7 bids received. To date, $181,584,261 has been obligated through this vehicle with a potential value of all existing task orders of $182,136,206. The total ceiling is $671,000,000, of which 27% has been used. As of today, the IDC has a total reported backlog of $551,945. The vehicle was awarded through Ship Repair IDIQ-MAC for Hawaii CNO Availabilities, Emergent Maintence and Continuous Maintenance.

DOD Announcements

Jan 2020: Epsilon Systems Solutions Inc., San Diego, California (N00024-20-D-4449), Vigor Marine, LLC, Portland, Oregon (N00024-20-D-4442), and Pacific Shipyard International, Honolulu, Hawaii (N00024-20-D-4448) (Lot I); and Epsilon Systems Solutions Inc., San Diego, California (N00024-20-D-4450), MARISCO Ltd., Kapolei, Hawaii (N00024-20-D-4453), Propulsion Control Engineering, Aiea, Hawaii (N00024-20-D-4451), and Pacific Shipyard International, Honolulu, Hawaii (N00024-20-D-4452) (Lot II), are each awarded a firm-fixed price, indefinite-delivery/indefinite-quantity contract for ship repair, maintenance and modernization of non-nuclear surface ships (including DDG, CG, LPD, LSD, LHA, LHD, PC, MCM and LCS class ships) assigned to or visiting Pearl Harbor, Hawaii.  Per the solicitation terms and conditions, awards under Lot I have a maximum ceiling value of $671,000,000, while awards under Lot II have a not-to-exceed maximum ceiling value of $180,000,000.  This multiple award contract (MAC) includes options, which if exercised, would bring the MAC cumulative maximum ceiling value for Lots I and II to $851,000,000.  This MAC award is for repair, maintenance and modernization of non-nuclear Navy surface ships undergoing Chief of Naval Operations-scheduled maintenance availabilities at Pearl Harbor, Hawaii.  These availabilities can be docking or non-docking availabilities, and will be authorized through competitive procurement of MAC holders via delivery orders.  Each MAC award recipient will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization.  Each vendor for Lot I and Lot II will receive a minimum guaranteed delivery order award of $10,000.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by January 2025.  Fiscal 2020 operations and maintenance (Navy) funding will be obligated at time of each delivery order award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with eight offers received in response to solicitation N00024-19-R-4442. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Status
(Open)

Modified 12/4/24
Period of Performance
1/27/20
Start Date
9/30/25
Ordering Period End Date
92.0% Complete

Task Order Obligations and Backlog
$181.6M
Total Obligated
$181.6M
Current Award
$182.1M
Potential Award
100% Funded
$0.0
Funded Backlog
$551.9K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0002420D4448

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0002420D4448

$-

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 N0002420D4448

Subcontract Awards

Disclosed subcontracts for N0002420D4448

Opportunity Lifecycle

Procurement history for N0002420D4448

Transaction History

Modifications to N0002420D4448

People

Suggested agency contacts for N0002420D4448

Competition

Number of Bidders
7
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
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
K84MXRVQ8BW5
Awardee CAGE
1U7K1
Agency Detail
Awarding Office
N00024 NAVSEA HQ
Funding Office
N00024 NAVSEA HQ
Created By
paul.kang@navy.mil
Last Modified By
paul.kang@navy.mil
Approved By
paul.kang@navy.mil

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
HI-01
Senators
Mazie Hirono
Brian Schatz
Representative
Ed Case

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of equipment (25.7) $47,444,701 99%
Last Modified: 12/4/24