N4008518D1160
Indefinite Delivery Contract
Overview
Government Description
WATERFRONT MACC FOR HAMPTON ROADS AREA
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
$120,000,000 (39% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Portsmouth, Virginia 23701 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 Design-Build (DB)/ Design-Bid-Build (DBB) Waterfront Construction Projects, Hampton Roads Area of Operations, Virginia, Indefinite Delivery/ Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for Design-Build (DB)/ Design-Bid-Build (DBB) Waterfront Construction Projects, Hampton Roads Area of Operations, Virginia
Amendment Since initial award the Ordering Period End Date was extended from 09/26/23 to 09/27/24 and the Vehicle Ceiling has increased 26% from $95,000,000 to $120,000,000.
Recompete The following similar solicitation(s) may continue aspects of this idv: Indefinite Delivery/ Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for Design-Build (DB)/ Design-Bid-Build (DBB) Waterfront Construction Projects, Hampton Roads Area of Operations, Virginia, Indefinite Delivery/ Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for Design-Build (DB)/ Design-Bid-Build (DBB) Waterfront Construction Projects, Hampton Roads Area of Operations, Virginia
Amendment Since initial award the Ordering Period End Date was extended from 09/26/23 to 09/27/24 and the Vehicle Ceiling has increased 26% from $95,000,000 to $120,000,000.
W. F. Magann was awarded
Indefinite Delivery Contract N4008518D1160 (N40085-18-D-1160)
by
Naval Facilities Engineering Command
for Waterfront Macc For Hampton Roads Area
in September 2018.
The IDC
has a duration of 6 years and
was awarded
through solicitation Design-Build Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for waterfront related projects
with a Small Business Total set aside
with
NAICS 237990 and
PSC Z2QA
via direct negotiation acquisition procedures with 8 bids received.
To date, $47,191,979 has been obligated through this vehicle.
The total ceiling is $120,000,000, of which 39% has been used.
The vehicle was awarded through Hampton Roads VA Construction 2018.
DOD Announcements
Sep 2018:
Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia 23323 (N40085-18-D-1159); and WF Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for waterfront construction projects within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, repair, replacement, demolition, alteration, and/or improvements of waterfront projects and may be of either design-bid build or design-build construction strategy. Types of waterfront projects that include one or more of the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Crofton Construction Services Inc. is being awarded the initial task order at $7,327,275 for the Berth 18/19 Submarine Berth Repair at Norfolk Naval Shipyard, Portsmouth, Virginia. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads AOR, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of August 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,347,295 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Aug 2022: W.F. Magann,* Portsmouth, Virginia, is awarded a $24,477,800 firm-fixed-price task order (N4008522F6117) under a multiple award construction contract for installation of flood-through valves within Dry Dock 8 caisson at Norfolk Naval Shipyard, Virginia. The work to be performed provides for installation of flood-through tube piping systems within the Dry Dock 8 caisson, replacement of the control console located on the interior operations deck; modification of the existing caisson electrical distribution system; replacement of the existing electrical capstan motors and controls along with replacement of the electrical panels, circuit breakers, and associated wiring. Work will be performed in Portsmouth, Virginia, and is expected to be completed by October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $24,477,800 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1160).
Sep 2023: Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services LLC,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia (N40085-18-D-1159); and W.F. Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are awarded a $25,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for waterfront-related projects. This award brings the total cumulative value for all five contracts to $120,000,000. Work will be performed at various Navy installations in the Hampton Roads area of Virginia and will be completed by September 2023. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction funds. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Aug 2022: W.F. Magann,* Portsmouth, Virginia, is awarded a $24,477,800 firm-fixed-price task order (N4008522F6117) under a multiple award construction contract for installation of flood-through valves within Dry Dock 8 caisson at Norfolk Naval Shipyard, Virginia. The work to be performed provides for installation of flood-through tube piping systems within the Dry Dock 8 caisson, replacement of the control console located on the interior operations deck; modification of the existing caisson electrical distribution system; replacement of the existing electrical capstan motors and controls along with replacement of the electrical panels, circuit breakers, and associated wiring. Work will be performed in Portsmouth, Virginia, and is expected to be completed by October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $24,477,800 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1160).
Sep 2023: Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services LLC,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia (N40085-18-D-1159); and W.F. Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are awarded a $25,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for waterfront-related projects. This award brings the total cumulative value for all five contracts to $120,000,000. Work will be performed at various Navy installations in the Hampton Roads area of Virginia and will be completed by September 2023. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction funds. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Status
(Complete)
Modified 10/27/23
Period of Performance
9/26/18
Start Date
9/27/24
Ordering Period End Date
Task Order Obligations
$47.2M
Total Obligated
$47.2M
Current Award
$47.2M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N4008518D1160
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N4008518D1160
$-
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 N4008518D1160
Subcontract Awards
Disclosed subcontracts for N4008518D1160
Opportunity Lifecycle
Procurement history for N4008518D1160
Transaction History
Modifications to N4008518D1160
People
Suggested agency contacts for N4008518D1160
Competition
Number of Bidders
8
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
Large Business
DoD Claimant Code
None
Awardee UEI
NNM8KYWKMWX1
Awardee CAGE
7F317
Agency Detail
Awarding Office
N40085 NAVFACSYSCOM MID-ATLANTIC
Funding Office
N40085 NAVFACSYSCOM MID-ATLANTIC
Created By
amanda.l.bricker.civ.n40085@us.navy.mil
Last Modified By
amanda.l.bricker.civ.n40085@us.navy.mil
Approved By
amanda.l.bricker.civ.n40085@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Scott
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $416,373 | 100% |
Last Modified: 10/27/23