FA286021D0029
Indefinite Delivery Contract
Overview
Government Description
Multiple Award Construction Contract (MACC), in support of jba and jbab, for Design-Build (DB) and construction only services based on general statements of work further defined with each individual Task Order (TO).
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$15,000,000
Vehicle Ceiling
$700,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20032 United States.
SJV2 was awarded
Indefinite Delivery Contract FA286021D0029 (FA2860-21-D-0029)
by
District Washington
in May 2021.
The IDC
has a duration of 7 years and
was awarded
through solicitation Multiple Award Construction Contract (MACC) JB Andrews and JB Anacostia-Bolling
with a Small Business Total set aside
with
NAICS 236220 and
PSC C1JZ
via direct negotiation acquisition procedures with 43 bids received.
To date, $8,875,435 has been obligated through this vehicle.
The total ceiling is $700,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $717,000 and funded backlog of $717,000.
The vehicle was awarded through JB Andrews and JB Anacostia-Bolling Design-Build MACC.
DOD Announcements
May 2021:
Acts/Meltech JV2, Virginia Beach, Virginia (FA2860-21-D-0002); Athena, Triangle, Virginia (FA2860-21-D-0003); Argus CJW JV3, Leesburg, Virginia (FA2860-21-D-0004); Belt Build, Crofton, Maryland (FA2860-21-D-0005); Binary Technologies, Germantown, Maryland (FA2860-21-D-0006); CCI Alliance of Companies, Stafford, Virginia (FA2860-21-D-0007); CCSI DCI JV, Windsor Mill, Maryland (FA2860-21-D-0008); Constructure, Chantilly, Virginia (FA2860-21-D-0009); Cypress SDC Group, Essex, Maryland (FA2860-21-D-0010); EB MEI One, Accokeek, Maryland (FA2860-21-D-0011); FCC ICC JV, Exton, Pennsylvania FA2860-21-D-0012; GBoss, Herndon, Virginia (FA2860-21-D-0013); GM Hill, Alexandria, Virginia (FA2860-21-D-0014); Impyrian, Fulton, Maryland (FA2860-21-D-0015); Kekolu Contracting, LLC, La Plata, Maryland (FA2860-21-D-0016); MaChis Mid Atlantic, Clinton, Maryland (FA2860-21-D-0017); Miami Wiipica, LLC, Reston, Virginia (FA2860-21-D-0018); Midnight Sun Centennial JV, Vienna, Virginia (FA2860-21-D-0019), Mountain Consulting, Dover, Delaware (FA2860-21-D-00020); SUCCOR Ocean, Chesapeake, Virginia (FA2860-21-D-0021); Puyenpa, Gaithersburg, Maryland (FA2860-21-D-0023); QED, Woodbridge, Virginia (FA2860-21-D-0024); Reliance Construction, Wake Forest, North Carolina (FA2860-21-D-0025); Ritz, Fredrick, Maryland (FA2860-21-D-0026); SanDow RSC, Landover, Maryland (FA2860-21-D-0027); Silver Lake TMG JV2, Purcellville, Virginia (FA2860-21-D-0028); Snodgress SJV2, Annapolis, Maryland (FA2860-21-D-0029); Superior Structures, La Plata, Maryland (FA2860-21-D-0030); TSC Edifice, Front Royal, Virginia (FA2860-21-D-0031); Vanguard Pacific, Rockville, Maryland (FA2860-21-D-0032); VHB LLC, Boyds, Maryland (FA2860-21-D-0033); Westerly, Gaithersburg, Maryland (FA2860-21-D-0034); and XL Construction, Laurel, Maryland (FA2860-21-D-0035), have collectively been awarded a not-to-exceed $700,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for streamlined means to complete minor construction projects, maintenance and repair. Work will be performed at Joint Base Andrews, Maryland; and Joint Base Anacostia-Bolling, Maryland, and is expected to be completed April 20, 2028. This award is the result of a competitive acquisition and 43 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $5,000 per contractor are are being obligated at the time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity.
Status
(Open)
Modified 6/25/25
Period of Performance
5/9/21
Start Date
5/9/28
Ordering Period End Date
Task Order Obligations and Backlog
$8.2M
Total Obligated
$8.9M
Current Award
$8.9M
Potential Award
$717.0K
Funded Backlog
$717.0K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA286021D0029
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA286021D0029
$-
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 FA286021D0029
Subcontract Awards
Disclosed subcontracts for FA286021D0029
Opportunity Lifecycle
Procurement history for FA286021D0029
Transaction History
Modifications to FA286021D0029
People
Suggested agency contacts for FA286021D0029
Competition
Number of Bidders
43
Solicitation Procedures
Negotiated Proposal/Quote
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
Small Business
DoD Claimant Code
None
Awardee UEI
LLSTEZFDMYA4
Awardee CAGE
8E0T6
Agency Detail
Awarding Office
FA2860 FA2860 316 CONS PK
Funding Office
F1D326 F1D326 316 CES CEP
Created By
allen.tang@us.af.mil
Last Modified By
allen.tang@us.af.mil
Approved By
allen.tang@us.af.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
MO-07
Senators
Joshua Hawley
Eric Schmitt
Eric Schmitt
Representative
Eric Burlison
Last Modified: 6/25/25