N4008018D0012
Indefinite Delivery Contract
Overview
Government Description
BASE YR ROOFING MACC
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
Vehicle Ceiling
$99,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Quantico, Virginia 22134 United States.
Ironshore Contracting was awarded
Indefinite Delivery Contract N4008018D0012 (N40080-18-D-0012)
by
Naval Facilities Engineering Command
for Base Yr Roofing Macc
in April 2018.
The IDC
has a duration of 5 years and
was awarded
through solicitation Roofing Multiple Award Construction Contract (Roofing MACC)
with a Small Business Total set aside
with
NAICS 238160 and
PSC Y1JZ
via direct negotiation acquisition procedures with 18 bids received.
To date, $735,045 has been obligated through this vehicle.
The total ceiling is $99,000,000, of which 1% has been used.
DOD Announcements
Apr 2018:
Arrow DJB JV II LLC,* Upper Marlboro, Maryland (N40080-18-D-0010); Asta Roofing and Construction LLC,* Winslow, Arizona (N40080-18-D-0011); IronShore Contracting Inc.,* Linthicum, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing and Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for roofing projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The work to be performed provides for roofing services with the contractor providing all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Arrow DJB JV II LLC is being awarded task order 0001 at $733,748 for Building 097 roof replacement at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by September 2018. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2023. Fiscal 2018 supervision, inspection, and overhead; and fiscal 2018 Navy working capital funds in the amount of $783,748 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); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of th
Mar 2020: Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014), and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a $19,800,000 modification under a multiple award construction contract for the exercise of Option Two for construction, repair, alteration and related demolition of new roofing for facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). Work will be performed within the NAVFAC Washington AOR, including but not limited to Maryland (45%); Washington, District of Columbia (30%) and Virginia (25%). The work to be performed provides labor, supervision, tools, materials; and equipment necessary to perform construction, repair, alteration and related demolition of new roofing based on design build or design-bid-build with full plans and specifications for facilities within the NAVFAC Washington AOR. The option period is from April 2020 through April 2021. The total contract amount after exercise of this option will be is $59,400,000. No task orders are being issued at this time. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.
Mar 2021: Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a combined $19,800,000 firm-fixed-price modification under a multiple award construction contract for the exercise of Option Three for roofing work at facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington, D.C. area of responsibility (AOR). The total contract amount after exercise of this option will be $79,200,000. No task orders are being issued at this time. The work to be performed provides labor, supervision, tools, materials and equipment necessary to perform construction, repair, alteration and related demolition of roofing. Work will be performed within the NAVFAC Washington AOR, including but not limited to, Maryland (45%); Washington, D.C. (30%); and Virginia (25%), and the option period is from April 2021 to April 2022. No funds will be obligated at time of award, and funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, D.C., is the contracting activity.
Mar 2022: Arrow DJB JV II LLC,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing and Sustainability Systems Inc.,* Essex, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a combined $19,800,000 firm-fixed-price modification under a multiple award construction contract (MACC). This modification provides for the exercise of Option 4 for the roofing MACC within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. Work will be performed in, but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option period is from April 2022 to April 2023. The total cumulative contract amount after exercise of this option will be $99,000,000. No task orders are being issued at this time. No funds will be obligated at time of award. Funds will be obligated on individual task order as they are issued. Task orders will be primarily funded by fiscal 2022 military construction; and operation and maintenance (Navy) funds. NAVFAC Washington, Washington, D.C., is the contracting activity.
Mar 2020: Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014), and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a $19,800,000 modification under a multiple award construction contract for the exercise of Option Two for construction, repair, alteration and related demolition of new roofing for facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). Work will be performed within the NAVFAC Washington AOR, including but not limited to Maryland (45%); Washington, District of Columbia (30%) and Virginia (25%). The work to be performed provides labor, supervision, tools, materials; and equipment necessary to perform construction, repair, alteration and related demolition of new roofing based on design build or design-bid-build with full plans and specifications for facilities within the NAVFAC Washington AOR. The option period is from April 2020 through April 2021. The total contract amount after exercise of this option will be is $59,400,000. No task orders are being issued at this time. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.
Mar 2021: Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a combined $19,800,000 firm-fixed-price modification under a multiple award construction contract for the exercise of Option Three for roofing work at facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington, D.C. area of responsibility (AOR). The total contract amount after exercise of this option will be $79,200,000. No task orders are being issued at this time. The work to be performed provides labor, supervision, tools, materials and equipment necessary to perform construction, repair, alteration and related demolition of roofing. Work will be performed within the NAVFAC Washington AOR, including but not limited to, Maryland (45%); Washington, D.C. (30%); and Virginia (25%), and the option period is from April 2021 to April 2022. No funds will be obligated at time of award, and funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, D.C., is the contracting activity.
Mar 2022: Arrow DJB JV II LLC,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing and Sustainability Systems Inc.,* Essex, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a combined $19,800,000 firm-fixed-price modification under a multiple award construction contract (MACC). This modification provides for the exercise of Option 4 for the roofing MACC within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. Work will be performed in, but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option period is from April 2022 to April 2023. The total cumulative contract amount after exercise of this option will be $99,000,000. No task orders are being issued at this time. No funds will be obligated at time of award. Funds will be obligated on individual task order as they are issued. Task orders will be primarily funded by fiscal 2022 military construction; and operation and maintenance (Navy) funds. NAVFAC Washington, Washington, D.C., is the contracting activity.
Status
(Complete)
Modified 5/3/22
Period of Performance
4/1/18
Start Date
4/1/23
Ordering Period End Date
Task Order Obligations
$735.0K
Total Obligated
$735.0K
Current Award
$735.0K
Potential Award
Federal Award Analysis
Historical federal task order obligations under N4008018D0012
$-
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 N4008018D0012
Subcontract Awards
Disclosed subcontracts for N4008018D0012
Opportunity Lifecycle
Procurement history for N4008018D0012
Transaction History
Modifications to N4008018D0012
People
Suggested agency contacts for N4008018D0012
Competition
Number of Bidders
18
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
GHTLCN3N78M8
Awardee CAGE
4W0R4
Agency Detail
Awarding Office
N40080 NAV FAC ENGINEERING CMD WASHINGTON
Funding Office
N40080 NAV FAC ENGINEERING CMD WASHINGTON
Created By
cyndi.crowder@navy.mil
Last Modified By
cyndi.crowder@navy.mil
Approved By
cyndi.crowder@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 5/3/22