Search Prime Contracts

47QSHA18D002M-W912DY24F0012

Delivery Order

Overview

Government Description
Rmmr services to perform maintenance, emergency repair, minor repair, and provide a program of records management for petroleum facilities, petroleum systems, and supporting DLA capitalized facilities. Work will be performed in ridgecrest, California, and fallon, Nevada, and includes maintenance and minor repairs services for petroleum facilities.
Funding Agency
Place of Performance
San Diego, CA 92101 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Est. Average FTE
75
Analysis Notes
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Labor Pricing The labor category ceiling rates applicable to this Delivery Order awarded through IDV 47QSHA18D002M can be analyzed here.
VGS Infrastructure Services was awarded Delivery Order W912DY24F0012 (W912DY-24-F-0012) for RMMR Services For Petroleum Facilities And Systems worth up to $53,676,466 by DLA Energy in December 2023. The contract has a duration of 5 years and was awarded through solicitation W912DY22R0010 full & open with NAICS 561210 and PSC Z1NA via subject to multiple award fair opportunity acquisition procedures with 4 bids received. As of today, the Delivery Order has a total reported backlog of $25,607,023. This contract was awarded through vehicle Multiple Award Schedule (MAS).

DOD Announcements

Nov 2024: AAECON General Contracting LLC,* Louisville, Kentucky (W912HP-25-D-5000); Martinez Services Inc.,* Merritt Island, Florida (W912HP-25-D-5001); Reasor Building Group LLC,* Pensacola, Florida (W912HP-25-D-5002); and Roofing Resources Inc.,* Kennett Square, Pennsylvania (W912HP-25-D-5003), will compete for each order of the $99,000,000 firm-fixed-price contract for roofing construction, renovation and repair. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 14, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

Caterpillar Inc., Irving, Texas, was awarded a $66,755,751 modification (P00005) to contract W56HZV-21-D-0034 for electro-hydraulic tracked dozers, related hardware and ancillary services. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $20,100,000 modification (P00010) to contract W909MY-22-C-0023 for the Third Generation Forward Looking Infrared Dewar Cooler Bench. Work will be performed in Melbourne, Florida, with an estimated completion date of Aug. 24, 2028. Fiscal 2024 other procurement, Army funds were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Eco & Associates Inc.,* Santa Ana, California (W91238-25-D-0001); Cotter-Moca JV,* Burr Ridge, Illinois (W91238-25-D-0002); Accura Engineering and Consulting Services Inc.,* Atlanta, Georgia (W91238-25-D-0003); and Artin LLP,* Overland Park, Kansas (W91238-25-D-0004), will compete for each order of the $9,999,900 firm-fixed-price contract for professional services of an architectural or engineering nature associated with construction of real property. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 14, 2029. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Louis Berger Hawthorne Services Inc., Greenville, South Carolina, was awarded a $9,366,413 modification (P00002) to contract W912DY-24-F-0012 for maintenance and minor repairs services for petroleum facilities. Work will be performed in Ridgecrest, California; and Fallon, Nevada, with an estimated completion date of Dec. 30, 2025. Fiscal 2025 revolving funds in the amount of $9,366,413 were obligated a

Status
(Open)

Last Modified 11/12/25
Period of Performance
12/31/23
Start Date
12/30/26
Current End Date
12/30/28
Potential End Date
42.0% Complete

Obligations and Backlog
$28.1M
Total Obligated
$28.1M
Current Award
$53.7M
Potential Award
52% Funded
$0.0
Funded Backlog
$25.6M
Total Backlog

Award Hierarchy

Federal Supply Schedule

47QSHA18D002M

Delivery Order

47QSHA18D002M-W912DY24F0012

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to 47QSHA18D002M-W912DY24F0012

Transaction History

Modifications to 47QSHA18D002M-W912DY24F0012

People

Suggested agency contacts for 47QSHA18D002M-W912DY24F0012

Competition

Number of Bidders
4
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
M3F3BNAJHDN5
Awardee CAGE
4ECA5
Agency Detail
Awarding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Funding Office
SP0600
Created By
gloria.wortham@usace.army.mil
Last Modified By
kenneth.salter@usace.army.mil
Approved By
kenneth.salter@usace.army.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
CA-50
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Scott Peters
Modified: 11/12/25