129J6121T7008
Indefinite Delivery Contract
Overview
Government Description
Vipr I-bpa for Incident Base Unit for Region 5 - Pacific Southwest Region
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$250,000 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 95501 United States.
Ceiling Exceeded Total obligated funds of $3,203,397 has exceeded the reported contract ceiling of $250,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Amendment Since initial award the Ordering Period End Date was extended from 06/07/24 to 08/07/25.
Ceiling Exceeded Total obligated funds of $3,203,397 has exceeded the reported contract ceiling of $250,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Amendment Since initial award the Ordering Period End Date was extended from 06/07/24 to 08/07/25.
EL Dorado Water & Shower Service was awarded
Indefinite Delivery Contract 129J6121T7008 (129J61-21-T-7008)
by
National Interagency Fire Center
in June 2021.
The IDC
has a duration of 4 years 2 months and
was awarded
through solicitation VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region
with a Small Business Total set aside
with
NAICS 115310 and
PSC F003
via simplified acquisition acquisition procedures with 10 bids received.
To date, $3,203,397 has been obligated through this vehicle.
The total ceiling is $250,000, of which 101% has been used.
Status
(Closed)
Modified 8/7/25
Period of Performance
6/6/21
Start Date
8/7/25
Ordering Period End Date
Task Order Obligations
$3.2M
Total Obligated
$3.2M
Current Award
$3.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 129J6121T7008
$-
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 129J6121T7008
Subcontract Awards
Disclosed subcontracts for 129J6121T7008
Opportunity Lifecycle
Procurement history for 129J6121T7008
Transaction History
Modifications to 129J6121T7008
People
Suggested agency contacts for 129J6121T7008
Competition
Number of Bidders
10
Solicitation Procedures
Simplified Acquisition
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
NEYCDJGKF7F8
Awardee CAGE
1YM83
Agency Detail
Awarding Office
129J61 USDA FS
Funding Office
129J61 USDA FS
Created By
lydiamoore@fs.fed.us
Last Modified By
rworkman@fs.fed.us
Approved By
lydiamoore@fs.fed.us
Legislative
Legislative Mandates
Labor Standards
Awardee District
CA-04
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Mike Thompson
Last Modified: 8/7/25