N6945019D0918
Indefinite Delivery Contract
Overview
Government Description
DB/DBB IDIQ MACC FOR NFL/SGA AREA OF OPERATIONS
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
$258,400,000 (11% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Jacksonville, Florida 32226 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations, Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Recompete The following similar solicitation(s) may continue aspects of this idv: Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations, Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
The Clement Group was awarded
Indefinite Delivery Contract N6945019D0918 (N69450-19-D-0918)
by
NAVFAC Southeast
for Db/Dbb Idiq Macc For Nfl/Sga Area Of Operations
in August 2019.
The IDC
has a duration of 5 years and
was awarded
through solicitation Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1AZ
via direct negotiation acquisition procedures with 40 bids received.
To date, $27,667,281 has been obligated through this vehicle.
The total ceiling is $258,400,000, of which 11% has been used.
The vehicle was awarded through DB-DBB North Florida / South Georgia MACC.
DOD Announcements
Aug 2019:
Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
Sep 2020: The Clement Group LLC,* Montgomery, Alabama, is awarded a $10,933,245 firm-fixed-price task order (N69450-20-F-0894) under a multiple award construction contract for a police station and emergency operations center (EOC) facility at Marine Corps Support Facility (MCSF), Blount Island, Florida. The work to be performed provides for the construction of a new two-story police station and EOC facility within MCSF Blount Island. The new facility will be masonry with a metal roof, special foundations and emergency power circuits and will feature sustainable technologies. The options, if exercised, provide for furniture, fixtures and audio visual equipment. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $12,014,234. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2022. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $10,933,245 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. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0918).
Sep 2021: Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida 32579 (N69450-19-D-0917); The Clement Group LLC,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are awarded a combined $63,400,000 firm-fixed-price modification to increase the combined cumulative maximum dollar value of all seven indefinite-delivery/indefinite-quantity multiple award contracts for construction projects located within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including aviation and aircraft, marine, barracks and personnel housing, administrative, warehouses and supply, training, personnel support and service, and security level facilities. After award of this modification, the total cumulative contract value for all seven contracts combined will be $258,400,000. Work will be performed in Florida (50%) and Georgia (50%). The term of the contracts is not to exceed 60 months with an expected completion date of August 2024. No funds will be obligated at time of award. Future task orders will be primarily funded by military construction (Navy) funds, and operation and maintenance (Navy) funds. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.
Sep 2020: The Clement Group LLC,* Montgomery, Alabama, is awarded a $10,933,245 firm-fixed-price task order (N69450-20-F-0894) under a multiple award construction contract for a police station and emergency operations center (EOC) facility at Marine Corps Support Facility (MCSF), Blount Island, Florida. The work to be performed provides for the construction of a new two-story police station and EOC facility within MCSF Blount Island. The new facility will be masonry with a metal roof, special foundations and emergency power circuits and will feature sustainable technologies. The options, if exercised, provide for furniture, fixtures and audio visual equipment. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $12,014,234. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2022. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $10,933,245 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. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0918).
Sep 2021: Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida 32579 (N69450-19-D-0917); The Clement Group LLC,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are awarded a combined $63,400,000 firm-fixed-price modification to increase the combined cumulative maximum dollar value of all seven indefinite-delivery/indefinite-quantity multiple award contracts for construction projects located within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including aviation and aircraft, marine, barracks and personnel housing, administrative, warehouses and supply, training, personnel support and service, and security level facilities. After award of this modification, the total cumulative contract value for all seven contracts combined will be $258,400,000. Work will be performed in Florida (50%) and Georgia (50%). The term of the contracts is not to exceed 60 months with an expected completion date of August 2024. No funds will be obligated at time of award. Future task orders will be primarily funded by military construction (Navy) funds, and operation and maintenance (Navy) funds. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.
Status
(Complete)
Modified 5/31/24
Period of Performance
8/5/19
Start Date
8/5/24
Ordering Period End Date
Task Order Obligations
$27.7M
Total Obligated
$27.7M
Current Award
$27.7M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6945019D0918
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6945019D0918
$-
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 N6945019D0918
Subcontract Awards
Disclosed subcontracts for N6945019D0918
Opportunity Lifecycle
Procurement history for N6945019D0918
Transaction History
Modifications to N6945019D0918
People
Suggested agency contacts for N6945019D0918
Competition
Number of Bidders
40
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
JXAKRK3JUE21
Awardee CAGE
1U7W6
Agency Detail
Awarding Office
N69450 NAVFACSYSCOM SOUTHEAST
Funding Office
N69450 NAVFACSYSCOM SOUTHEAST
Created By
deborah.d.torrence2.civ.n69450@us.navy.mil
Last Modified By
deborah.d.torrence2.civ.n69450@us.navy.mil
Approved By
deborah.d.torrence2.civ.n69450@us.navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
AL-07
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Terri Sewell
Last Modified: 5/31/24