N4008021D0023
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
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$446,000,000 (7% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Patuxent River, Maryland 20670 United States.
Amendment Since initial award the Ordering Period End Date was shortened from 07/07/26 to 07/07/25 and the Vehicle Ceiling has increased 86% from $240,000,000 to $446,000,000.
Amendment Since initial award the Ordering Period End Date was shortened from 07/07/26 to 07/07/25 and the Vehicle Ceiling has increased 86% from $240,000,000 to $446,000,000.
Biscayne Contractors was awarded
Indefinite Delivery Contract N4008021D0023 (N40080-21-D-0023)
by
Naval Facilities Engineering Command
for Sb Macc - Base Yr
in July 2021.
The IDC
has a duration of 4 years and
was awarded
through solicitation IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1AA
via direct negotiation acquisition procedures with 51 bids received.
To date, $31,480,294 has been obligated through this vehicle.
The total ceiling is $446,000,000, of which 7% has been used.
The vehicle was awarded through NRL-83 Building Rennovation MACC.
DOD Announcements
Jul 2021:
G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co., Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. The work to be performed provides for various construction services including new work, additions, alterations, maintenance and repairs. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include Washington, D.C. (40%); Virginia (40%); and Maryland (20%). The term of the contract is not to exceed 60 months, with an expected completion date of July 2026. Fiscal 2021 supervision, inspection, and overhead funds in the amount of $80,000 ($10,000 per contractor) 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) funds; operation and maintenance (Navy) funds; and working capital (Navy) funds. This contract was competitively procured via the beta.sam.gov website with 51 proposals received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, Washington, D.C., is the contracting activity.
Sep 2022: Biscayne Contractors Inc.,* Alexandria, Virginia, is awarded an $8,868,149 firm-fixed-price task order (N4008022F4780) under a multiple award construction contract for renovations to the first and second floors of Building 2855 at Naval Air Station Patuxent River, Maryland. The work to be performed provides for, but is not limited to, demolition and proper disposal of cove base, carpet squares, suspended acoustical ceiling system, drywall, doors, door jambs, insulation, metal studs, fluorescent light, light switch, outlets, electrical device covers plates, conduit as specified in the specifications, electrical/communication wire, electrical/communication boxes, motion detectors, heating, ventilation and air conditioning (HVAC) duct work, louvers and insulation. Removal, save and re-installation of fire alarm heads, annunciators, pull stations and light emitting diode (LED) exit lights. Fabricate, paint and install HVAC return air using plenum screens; install floor to ceiling metal stud walls: install and finish drywall with foil backing; install duct work security screen, duct work insulation, Z-duct, ductwork, duct work inspection door, door jambs, doors, door hardware, door closer, panic hardware, suspended acoustical ceiling system, conduit, wire, electrical boxes, dimmable light switches, LED dimmable lights, outlets, cover plates, pull rope, combination locks, and office and modular cubicle furniture. Work will be performed at Patuxent River, Maryland, and is expected to be completed by September 2023. Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $8,868,149 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity (N40080-21-D-0023).
May 2023: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.,* Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are being awarded a combined-maximum-value $76,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to increase the maximum dollar value of their respective previously awarded contracts for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). This award brings the total cumulative combined maximum value to $316,000,000. Work will be performed in NAVFAC Washington AOR and is expected to be completed by July 2026. No funds will be obligated at the time of award. NAVFAC Washington, Washington, D.C., is the contracting activity. (Awarded May 19, 2023)
Aug 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.
Nov 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.*, Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $100,000,000 indefinite-delivery/indefinite-quantity modification to an indefinite-delivery/indefinite-quantity, multiple award construction contract for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). This modification provides for an increase to the maximum dollar value of the contract. The current combined total value for all eight contractors is $398,000,000. After award of this modification, the total cumulative contract value will be $498,000,000. Work will be performed in NAVFAC Washington AO. The term of the contract shall not exceed July 2026. Future task orders under this contract will primarily utilize military construction and operation and maintenance, (Navy) funds. No funds will be obligated at the time of award. NAVFAC Washington, D.C., is the contracting activity.
Sep 2022: Biscayne Contractors Inc.,* Alexandria, Virginia, is awarded an $8,868,149 firm-fixed-price task order (N4008022F4780) under a multiple award construction contract for renovations to the first and second floors of Building 2855 at Naval Air Station Patuxent River, Maryland. The work to be performed provides for, but is not limited to, demolition and proper disposal of cove base, carpet squares, suspended acoustical ceiling system, drywall, doors, door jambs, insulation, metal studs, fluorescent light, light switch, outlets, electrical device covers plates, conduit as specified in the specifications, electrical/communication wire, electrical/communication boxes, motion detectors, heating, ventilation and air conditioning (HVAC) duct work, louvers and insulation. Removal, save and re-installation of fire alarm heads, annunciators, pull stations and light emitting diode (LED) exit lights. Fabricate, paint and install HVAC return air using plenum screens; install floor to ceiling metal stud walls: install and finish drywall with foil backing; install duct work security screen, duct work insulation, Z-duct, ductwork, duct work inspection door, door jambs, doors, door hardware, door closer, panic hardware, suspended acoustical ceiling system, conduit, wire, electrical boxes, dimmable light switches, LED dimmable lights, outlets, cover plates, pull rope, combination locks, and office and modular cubicle furniture. Work will be performed at Patuxent River, Maryland, and is expected to be completed by September 2023. Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $8,868,149 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity (N40080-21-D-0023).
May 2023: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.,* Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are being awarded a combined-maximum-value $76,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to increase the maximum dollar value of their respective previously awarded contracts for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility (AOR). This award brings the total cumulative combined maximum value to $316,000,000. Work will be performed in NAVFAC Washington AOR and is expected to be completed by July 2026. No funds will be obligated at the time of award. NAVFAC Washington, Washington, D.C., is the contracting activity. (Awarded May 19, 2023)
Aug 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.
Nov 2024: G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Marlboro, Maryland (N40080-21-D-0024); CER Inc.*, Severna Park, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild Inc.,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $100,000,000 indefinite-delivery/indefinite-quantity modification to an indefinite-delivery/indefinite-quantity, multiple award construction contract for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). This modification provides for an increase to the maximum dollar value of the contract. The current combined total value for all eight contractors is $398,000,000. After award of this modification, the total cumulative contract value will be $498,000,000. Work will be performed in NAVFAC Washington AO. The term of the contract shall not exceed July 2026. Future task orders under this contract will primarily utilize military construction and operation and maintenance, (Navy) funds. No funds will be obligated at the time of award. NAVFAC Washington, D.C., is the contracting activity.
Status
(Open)
Modified 8/9/24
Period of Performance
7/6/21
Start Date
7/7/25
Ordering Period End Date
Task Order Obligations
$31.5M
Total Obligated
$31.5M
Current Award
$31.5M
Potential Award
Award Hierarchy
Vehicle
Indefinite Delivery Contract
N4008021D0023
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N4008021D0023
$-
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 N4008021D0023
Subcontract Awards
Disclosed subcontracts for N4008021D0023
Opportunity Lifecycle
Procurement history for N4008021D0023
Transaction History
Modifications to N4008021D0023
People
Suggested agency contacts for N4008021D0023
Competition
Number of Bidders
51
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
No (Waiver Approved)
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
X21JJ4JL8DX7
Awardee CAGE
0PL71
Agency Detail
Awarding Office
N40080 NAVFACSYSCOM WASHINGTON
Funding Office
N40080 NAVFACSYSCOM WASHINGTON
Created By
holly.snow@navy.mil
Last Modified By
holly.snow@navy.mil
Approved By
holly.snow@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Last Modified: 8/9/24