N4008019D0011
Indefinite Delivery Contract
Overview
Government Description
SB MACC - BASE YR
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
$240,000,000 (16% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dahlgren, Virginia 22448 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD), Solicitation N4008023R2185 IDIQ JOC, Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
Recompete The following similar solicitation(s) may continue aspects of this idv: Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD), Solicitation N4008023R2185 IDIQ JOC, Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
CER, Incorporated was awarded
Indefinite Delivery Contract N4008019D0011 (N40080-19-D-0011)
by
Naval Facilities Engineering Command
for Sb Macc - Base Yr
in May 2019.
The IDC
has a duration of 5 years and
was awarded
through solicitation IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) WASHINGTON, PWD JBAB, PWD BETHESDA AND FEAD QUANTICO NAVFAC AOR
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1AA
via two step acquisition procedures with 54 bids received.
To date, $39,366,695 has been obligated through this vehicle with a potential value of all existing task orders of $41,882,195.
The total ceiling is $240,000,000, of which 16% has been used.
As of today, the IDC has a total reported backlog of $2,515,500.
The vehicle was awarded through NAVFAC Public Works Department (PWD) Construction MACC IDIQ.
DOD Announcements
May 2019:
C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, 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 May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 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 NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity.
Jan 2020: C.E.R. Inc.,* Baltimore, Maryland, is awarded a $12,886,000 firm-fixed-price task order (N4008020F4121) under a multiple award construction contract for Gambo Creek Bridge replacement at Naval Support Facility Dahlgren. The work to be performed provides for a design build project to remove and replace Gambo Creek Bridge on Tisdale Road with a reinforced concrete bridge structure that complies with the Federal Highway Administration lane widths for two way traffic. Work will be performed in Dahlgren, Virginia, and is expected to be completed by November 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $12,886,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command Washington, Public Works Department, South Potomac, Dahlgren, Virginia, is the contracting activity (N40080-19-D-0011).
May 2022: C.E.R. Inc., Baltimore, Maryland (N40080-19-D-0011); Repaintex Co., Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC, Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV, Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC, Rockville, Maryland (N40080-19-D-0015); EGI HSU LLC JV, Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc., Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co., Inc., Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc., Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC, Aberdeen, Maryland (N40080-19-D-0020), are awarded a combined $96,000,000 firm-fixed-price modification under a multiple award construction contract. This modification provides for the exercise of Option 3 and Option 4 for new construction, repair, and renovation of various facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The total cumulative contract amount after exercise of these options will be $240,000,000. Work will be performed in, but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option periods extend the contract from May 2022 to May 2024. Task orders will be primarily funded by fiscal 2022 military construction and operation and maintenance (Navy) funds. 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. NAVFAC Washington, Washington, D.C., is the contracting activity.
Jan 2020: C.E.R. Inc.,* Baltimore, Maryland, is awarded a $12,886,000 firm-fixed-price task order (N4008020F4121) under a multiple award construction contract for Gambo Creek Bridge replacement at Naval Support Facility Dahlgren. The work to be performed provides for a design build project to remove and replace Gambo Creek Bridge on Tisdale Road with a reinforced concrete bridge structure that complies with the Federal Highway Administration lane widths for two way traffic. Work will be performed in Dahlgren, Virginia, and is expected to be completed by November 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $12,886,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command Washington, Public Works Department, South Potomac, Dahlgren, Virginia, is the contracting activity (N40080-19-D-0011).
May 2022: C.E.R. Inc., Baltimore, Maryland (N40080-19-D-0011); Repaintex Co., Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC, Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV, Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC, Rockville, Maryland (N40080-19-D-0015); EGI HSU LLC JV, Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc., Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co., Inc., Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc., Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC, Aberdeen, Maryland (N40080-19-D-0020), are awarded a combined $96,000,000 firm-fixed-price modification under a multiple award construction contract. This modification provides for the exercise of Option 3 and Option 4 for new construction, repair, and renovation of various facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The total cumulative contract amount after exercise of these options will be $240,000,000. Work will be performed in, but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option periods extend the contract from May 2022 to May 2024. Task orders will be primarily funded by fiscal 2022 military construction and operation and maintenance (Navy) funds. 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. NAVFAC Washington, Washington, D.C., is the contracting activity.
Status
(Complete)
Modified 5/6/22
Period of Performance
5/12/19
Start Date
5/12/24
Ordering Period End Date
Task Order Obligations and Backlog
$39.4M
Total Obligated
$39.4M
Current Award
$41.9M
Potential Award
$0.0
Funded Backlog
$2.5M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N4008019D0011
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N4008019D0011
$-
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 N4008019D0011
Subcontract Awards
Disclosed subcontracts for N4008019D0011
Opportunity Lifecycle
Procurement history for N4008019D0011
Transaction History
Modifications to N4008019D0011
People
Suggested agency contacts for N4008019D0011
Competition
Number of Bidders
54
Solicitation Procedures
Two Step
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
JRN9CUUQS2J5
Awardee CAGE
0DPW4
Agency Detail
Awarding Office
N40080 NAV FAC ENGINEERING CMD WASHINGTON
Funding Office
N40080 NAV FAC ENGINEERING CMD WASHINGTON
Created By
lindsay.naill@navy.mil
Last Modified By
lindsay.naill@navy.mil
Approved By
lindsay.naill@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
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Land and structures (32.0) | $13,419,396 | 75% |
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $4,368,500 | 25% |
Last Modified: 5/6/22