N6247312D2005
Indefinite Delivery Contract
Overview
Government Description
UNRESTRICTED EMAC
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$200,000,000 (66% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Francisco, California 94124 United States.
Subcontracting Plan This IDC has a Subcontracting Plan (with incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has a Subcontracting Plan (with incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Aptim Federal Services was awarded
Indefinite Delivery Contract N6247312D2005 (N62473-12-D-2005)
by
NAVFAC Southwest
for Unrestricted Emac
in April 2012.
The IDC
has a duration of 5 years and
was awarded
through solicitation Unrestricted Environmental Multiple Award Contract for Environmental Remediation Services at various Navy/Marine Corps/DoD Installations in the NAVFAC Southwest and NAVFAC Atlantic AORs
full & open
with
NAICS 562910 and
PSC F108
via direct negotiation acquisition procedures with 13 bids received.
To date, $132,779,736 has been obligated through this vehicle.
The total ceiling is $200,000,000, of which 66% has been used.
The vehicle was awarded through NAVFAC Southwest Environmental MAC (EMAC).
DOD Announcements
Jul 2015:
CB&I Federal Services LLC, San Diego, California, is being awarded $6,799,897 for firm-fixed-price task order JP01 under a previously awarded multiple award environmental service contract (N62473-12-D-2005) for a non-time critical removal action for munitions clearance at former Adak Naval Air Facility. The work to be performed provides for all the necessary effort to plan, document, and execute a non-time-critical removal action for clearance of munitions at the Navy Remedial Action Areas 01, 03W, and 05 in Operable Unit B-2. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $6,874,329. Work will be performed in Adak, Alaska, and is expected to be completed by July 2017. Fiscal 2015 base realignment and closure, (Navy) contract funds in the amount of $6,799,897 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
Aug 2015: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $10,858,383 for firm-fixed-price Task Order 0013 under an environmental multiple award contract for shoreline revetment, waste consolidation and grading Parcel E-2 remedial action at Hunters Point Naval Shipyard. The objective of this project is to construct the shoreline revetment; perform site grading and onsite consolidation of soil, sediment, and debris in preparation to construct the foundation layer of the final cover; and construct the upland slurry wall at Parcel E-2 in accordance with the final remedial design package. Work will be performed in San Francisco, California, and is expected to be completed by August 2018. Fiscal 2015 base realignment and closure (Navy) contract funds in the amount of $10,858,383 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-12-D-2005).
Jul 2016: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $8,525,252 for firm-fixed-price task order 0023 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Operable Unit B-2 non-time critical removal action remedial action areas -01, -03W, and -05 at Naval Air Facility Adak. The task order also contains seven unexercised options, which if exercised, would increase cumulative task order value to $8,717,807. Work will be performed in Adak, Alaska, and is expected to be completed by August 2018. Fiscal 2016 base realignment and closure environmental (Navy) contract funds in the amount of $8,525,252 are being obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Aug 2016: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $20,850,791 for firm-fixed-price task order 0024 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Parcel E remedial action at Hunters Point Naval Shipyard. The work to be performed provides for a remedial action to clean up soil and groundwater for a variety of contaminants. The remedy will be implemented in phases as detailed in the internal draft remedial design package (RDP). The RDP consists of a design basis report, remedial action monitoring plan, land use control remedial design, operation and maintenance plan and construction quality assurance plan. The primary scope components include the following: preparation of the remedial action work plan; conduct excavations; close steam and fuel lines; complete radiological survey and removal actions; construct a slurry wall; excavate and construct shoreline protection features; perform in-situ bioremediation of groundwater including pre-characterization and post-injection monitoring; construct, operate and monitor a soil vapor extraction system; implement and maintain radiological controls; perform waste characterization, storage and disposal; and install a durable cover. Work will be performed in San Francisco, California, and is expected to be completed by August 2020. Fiscal 2016 base realignment and closure environmental (Navy) contract funds in the amount of $20,850,791 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Aug 2015: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $10,858,383 for firm-fixed-price Task Order 0013 under an environmental multiple award contract for shoreline revetment, waste consolidation and grading Parcel E-2 remedial action at Hunters Point Naval Shipyard. The objective of this project is to construct the shoreline revetment; perform site grading and onsite consolidation of soil, sediment, and debris in preparation to construct the foundation layer of the final cover; and construct the upland slurry wall at Parcel E-2 in accordance with the final remedial design package. Work will be performed in San Francisco, California, and is expected to be completed by August 2018. Fiscal 2015 base realignment and closure (Navy) contract funds in the amount of $10,858,383 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-12-D-2005).
Jul 2016: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $8,525,252 for firm-fixed-price task order 0023 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Operable Unit B-2 non-time critical removal action remedial action areas -01, -03W, and -05 at Naval Air Facility Adak. The task order also contains seven unexercised options, which if exercised, would increase cumulative task order value to $8,717,807. Work will be performed in Adak, Alaska, and is expected to be completed by August 2018. Fiscal 2016 base realignment and closure environmental (Navy) contract funds in the amount of $8,525,252 are being obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Aug 2016: CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $20,850,791 for firm-fixed-price task order 0024 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Parcel E remedial action at Hunters Point Naval Shipyard. The work to be performed provides for a remedial action to clean up soil and groundwater for a variety of contaminants. The remedy will be implemented in phases as detailed in the internal draft remedial design package (RDP). The RDP consists of a design basis report, remedial action monitoring plan, land use control remedial design, operation and maintenance plan and construction quality assurance plan. The primary scope components include the following: preparation of the remedial action work plan; conduct excavations; close steam and fuel lines; complete radiological survey and removal actions; construct a slurry wall; excavate and construct shoreline protection features; perform in-situ bioremediation of groundwater including pre-characterization and post-injection monitoring; construct, operate and monitor a soil vapor extraction system; implement and maintain radiological controls; perform waste characterization, storage and disposal; and install a durable cover. Work will be performed in San Francisco, California, and is expected to be completed by August 2020. Fiscal 2016 base realignment and closure environmental (Navy) contract funds in the amount of $20,850,791 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Status
(Complete)
Modified 11/3/21
Period of Performance
4/19/12
Start Date
4/18/17
Ordering Period End Date
Task Order Obligations
$132.8M
Total Obligated
$132.8M
Current Award
$132.8M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6247312D2005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247312D2005
$-
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 N6247312D2005
Subcontract Awards
Disclosed subcontracts for N6247312D2005
Opportunity Lifecycle
Procurement history for N6247312D2005
Transaction History
Modifications to N6247312D2005
People
Suggested agency contacts for N6247312D2005
Competition
Number of Bidders
13
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 Required (Incentive Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JT9NZ8J1KQF5
Awardee CAGE
1YQ36
Agency Detail
Awarding Office
N62473 NAVFAC SOUTHWEST
Funding Office
N62473 NAVFAC SOUTHWEST
Created By
beatrice.appling@navy.mil
Last Modified By
beatrice.appling@navy.mil
Approved By
beatrice.appling@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Last Modified: 11/3/21