70Z04022D58600B00
Indefinite Delivery Contract
Overview
Government Description
IDIQ FOR THE REMANUFACTURING OF 6V92 ENGINES. ONE (1) 12-MONTH BASE PERIOD AND TWO (2) 12-MONTH OPTION PERIODS.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$6,766,020 (93% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Curtis Bay, Maryland 21226 United States.
Forecast Listed as the incumbent in contract forecast MTU 6V92 Engine Overhaul.
Amendment Since initial award the Vehicle Ceiling has increased 20% from $5,638,350 to $6,766,020.
Direct Award $500.00 was obligated directly to this IDV and does not have an associated task order.
Forecast Listed as the incumbent in contract forecast MTU 6V92 Engine Overhaul.
Amendment Since initial award the Vehicle Ceiling has increased 20% from $5,638,350 to $6,766,020.
Direct Award $500.00 was obligated directly to this IDV and does not have an associated task order.
The W.W. Williams Company was awarded
Indefinite Delivery Contract 70Z04022D58600B00 (70Z040-22-D-58600B00)
by
Coast Guard
for Idiq For The Remanufacturing Of 6V92 Engines. One (1) 12-Month Base Period And Two (2) 12-Month Option Periods.
in January 2022.
The IDC
has a duration of 3 years and
was awarded
through solicitation Remanufacture of MTU Detroit Diesel 6V92TA engines
full & open
with
NAICS 333618 and
PSC 2815
via direct negotiation acquisition procedures with 2 bids received.
To date, $6,284,502 has been obligated through this vehicle.
The total ceiling is $6,766,020, of which 93% has been used.
Status
(Complete)
Modified 1/7/25
Period of Performance
1/27/22
Start Date
1/27/25
Ordering Period End Date
Task Order Obligations
$6.3M
Total Obligated
$6.3M
Current Award
$6.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z04022D58600B00
$-
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 70Z04022D58600B00
Subcontract Awards
Disclosed subcontracts for 70Z04022D58600B00
Opportunity Lifecycle
Procurement history for 70Z04022D58600B00
Transaction History
Modifications to 70Z04022D58600B00
People
Suggested agency contacts for 70Z04022D58600B00
Competition
Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Other Than Full and Open Competition
Brand Name Description
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
Large Business
Awardee UEI
JKD1SYFZYNG2
Awardee CAGE
43QM5
Agency Detail
Awarding Office
70Z040 SFLC PROCUREMENT BRANCH 3(00040)
Funding Office
70Z00B SURFACE FORCES LOGISTICS CENTER
Created By
7008adkropkowski
Last Modified By
7008dwlazaroff
Approved By
7008dwlazaroff
Legislative
Legislative Mandates
Labor Standards
Awardee District
OH-09
Senators
Sherrod Brown
J.D. (James) Vance
J.D. (James) Vance
Representative
Marcy Kaptur
Last Modified: 1/7/25