70Z08425DDL940002
Indefinite Delivery Contract
Overview
Government Description
GROUNDS MAINTENANCE SERVICES BASE ALAMEDA, SECTOR SAN FRANCISCO, AND FLAG OFFICERS QUARTERS, CALIFORNIA
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$5,582,109 (11% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Alameda, California 94501 United States.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Rubicon Programs because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 36% from $4,109,694 to $5,582,110.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Rubicon Programs because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Vehicle Ceiling has increased 36% from $4,109,694 to $5,582,110.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Rubicon Programs was awarded
Indefinite Delivery Contract 70Z08425DDL940002 (70Z084-25-D-DL940002)
by
Coast Guard
for Grounds Maintenance Services Base Alameda, Sector San Francisco, And Flag Officers Quarters, California
in September 2025.
The IDC
has a duration of 4 years 9 months and
was awarded
full & open
with
NAICS 561730 and
PSC S208
via sole source acquisition procedures with 1 bid received.
To date, $640,705 has been obligated through this vehicle.
The total ceiling is $5,582,109, of which 11% has been used.
Status
(Open)
Modified 9/26/25
Period of Performance
9/1/25
Start Date
6/30/30
Ordering Period End Date
Task Order Obligations
$640.7K
Total Obligated
$640.7K
Current Award
$640.7K
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z08425DDL940002
$-
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 70Z08425DDL940002
Subcontract Awards
Disclosed subcontracts for 70Z08425DDL940002
Transaction History
Modifications to 70Z08425DDL940002
People
Suggested agency contacts for 70Z08425DDL940002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Awardee UEI
D5JTND7J4JZ4
Awardee CAGE
3Z519
Agency Detail
Awarding Office
70Z084 LOG-9
Funding Office
70Z00F USCG FINANCE CENTER
Created By
7008rcpagador
Last Modified By
7008jaochoa
Approved By
7008jaochoa
Legislative
Legislative Mandates
Labor Standards
Awardee District
CA-08
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
John Garamendi
Last Modified: 9/26/25