W912DR23D0007-W912DR23F0388
Delivery Order
Overview
Government Description
Remedial Investigation (RI), Feasibility Study (FS), time critical and non-time critical removal action (TCRA/NTCRA) for per- and polyfluoroalkyl substances (PFAS) impacted sites at Army national guard (ARNG) installations nationwide task order two. Work being performed includes rental equipment services, laboratory services, drilling services, field equipment rentals, Investigation-Derived Waste (IDW) services, and disposal services at impacted sites.
Awardee
Awarding / Funding Agency
Place of Performance
Lexington, OK 73051 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Est. Average FTE
47
Analysis Notes
Amendment Since initial award the Potential Award value has increased from $41,995,547 to $42,062,014.
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
AECOM Arcadis PFAS JV was awarded
Delivery Order W912DR23F0388 (W912DR-23-F-0388)
for Remedial Investigation, Feasibility Study, And Removal Action For PFAS At ARNG Installations (RI/FS/TCRA/NTCRA)
worth up to $42,062,014
by USACE Baltimore District
in September 2023.
The contract
has a duration of 5 years and
was awarded
through solicitation IDIQ for Remedial Investigations (RI), Feasibility Studies (FS), Time Critical and Non-Time Critical Removal Actions (TCRA/NTCRA), Decision Documents (DD) for PFAS Impacted Sites, Army National Guard (ARNG) Installations Nationwide
full & open
with
NAICS 562910 and
PSC F999
via direct negotiation acquisition procedures.
As of today, the Delivery Order has a total reported backlog of $5,163,890.
Status
(Open)
Last Modified 8/1/24
Period of Performance
9/27/23
Start Date
9/26/28
Current End Date
9/26/28
Potential End Date
Obligations and Backlog
$36.9M
Total Obligated
$36.9M
Current Award
$42.1M
Potential Award
$0.0
Funded Backlog
$5.2M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
Delivery Order
W912DR23D0007-W912DR23F0388
Subcontracts
Activity Timeline
Subcontract Awards
Disclosed subcontracts for W912DR23D0007-W912DR23F0388
Opportunity Lifecycle
Procurement history for W912DR23D0007-W912DR23F0388
Transaction History
Modifications to W912DR23D0007-W912DR23F0388
People
Suggested agency contacts for W912DR23D0007-W912DR23F0388
Competition
Number of Bidders
Not Applicable
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
VWMSGEEE3ZN5
Awardee CAGE
9CV70
Agency Detail
Awarding Office
W912DR W2SD ENDIST BALTIMORE
Funding Office
W912DR
Created By
leigha.m.arnold@usace.army.mil
Last Modified By
leigha.m.arnold@usace.army.mil
Approved By
leigha.m.arnold@usace.army.mil
Legislative
Legislative Mandates
Labor Standards
Performance District
OK-04
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Tom Cole
Modified: 8/1/24