N6247321D1210
Indefinite Delivery Contract
Overview
Government Description
COMMERCIAL&INSTITUTIONAL IV MACC
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
$2,696,000,000 (9% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Twentynine Palms, California 92278 United States.
Amendment Since initial award the Vehicle Ceiling has increased 8% from $2,500,000,000 to $2,696,000,000.
Amendment Since initial award the Vehicle Ceiling has increased 8% from $2,500,000,000 to $2,696,000,000.
R.A. Burch Construction was awarded
Indefinite Delivery Contract N6247321D1210 (N62473-21-D-1210)
by
NAVFAC Southwest
for Commercial&Institutional Iv Macc
in November 2020.
The IDC
has a duration of 5 years and
was awarded
through solicitation IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL BUILDING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS IN CA, AZ, NV, UT, CO, AND NM
full & open
with
NAICS 236220 and
PSC Y1JZ
via direct negotiation acquisition procedures with 28 bids received.
To date, $249,318,033 has been obligated through this vehicle.
The total ceiling is $2,696,000,000, of which 9% has been used.
As of today, the IDC has a total reported backlog of $1,815,199 and funded backlog of $1,815,199.
The vehicle was awarded through NAVFAC Commercial and Institutional Construction MACC IV.
DOD Announcements
Nov 2020:
Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award construction contract for new construction, repair and renovation of commercial and institutional facilities at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including the base period and one option period for all fourteen contracts combined is $2,500,000,000. The work to be performed provides for new construction, repair and renovation within the North American Industry Classification System code 236220, by design-build or design-bid-build, of commercial and institutional facilities. Types of projects may include, but are not limited to, airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities and/or retail facilities. No task orders are being issued at this time. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2025. Fiscal 2021 operation and maintenance (O&M) (Navy) contract funds in the amount of $70,000 are obligated on this award and will
Apr 2024: M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)
Oct 2024: Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. The work to be performed provides for, but is not limited to, airport, office and administrative, and religious buildings; communication; vehicle maintenance; barracks, prison, dining, hospital and medical, warehouse, school, and/or retail facilities; armories; parking garages; fire stations; and hotels. The contract consists of a base period of two years and one three-year option period, with a combined maximum dollar value not to exceed $2,696,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed in California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Apr 2024: M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)
Oct 2024: Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. The work to be performed provides for, but is not limited to, airport, office and administrative, and religious buildings; communication; vehicle maintenance; barracks, prison, dining, hospital and medical, warehouse, school, and/or retail facilities; armories; parking garages; fire stations; and hotels. The contract consists of a base period of two years and one three-year option period, with a combined maximum dollar value not to exceed $2,696,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed in California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Status
(Open)
Modified 10/23/24
Period of Performance
11/29/20
Start Date
11/29/25
Ordering Period End Date
Task Order Obligations and Backlog
$247.5M
Total Obligated
$249.3M
Current Award
$249.3M
Potential Award
$1.8M
Funded Backlog
$1.8M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
N6247321D1210
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6247321D1210
$-
Contracts
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under N6247321D1210
Subcontract Awards
Disclosed subcontracts for N6247321D1210
Opportunity Lifecycle
Procurement history for N6247321D1210
Transaction History
Modifications to N6247321D1210
People
Suggested agency contacts for N6247321D1210
Competition
Number of Bidders
28
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
PBCXB1D4K1C9
Awardee CAGE
0C7R0
Agency Detail
Awarding Office
N62473 NAVFACSYSCOM SOUTHWEST
Funding Office
N62473 NAVFACSYSCOM SOUTHWEST
Created By
kayleigh.kagan@navy.mil
Last Modified By
kayleigh.kagan@navy.mil
Approved By
kayleigh.kagan@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
CA-48
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Darrell Issa
Last Modified: 10/23/24