Search IDVs

FA301622D0020

Indefinite Delivery Contract

Overview

Government Description
THIS REQUIREMENT IS FOR THE MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), INDEFINITE-QUANTITY INDEFINITE-QUANTITY (IDIQ) FOR JOINT BASE SAN ANTONIO, (JBSA) THIS INCLUDES DECENTRALIZED TASK ORDER SERVICES FOR LAUGHLIN AFB AND GOODFELLOW AFB.
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
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$25,000,000
Vehicle Ceiling
$990,000,000 (5% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Lackland Afb, Texas 78236 United States.
Lifecycle Construction Services was awarded Indefinite Delivery Contract FA301622D0020 (FA3016-22-D-0020) by Air Education and Training Command in May 2022. The IDC has a duration of 10 years and was awarded through solicitation Joint Base San Antonio Multiple Award Construction Contract (MACC) IDIQ with a Small Business Total set aside with NAICS 236220 and PSC Z2JZ via direct negotiation acquisition procedures with 35 bids received. To date, $53,181,455 has been obligated through this vehicle with a potential value of all existing task orders of $54,492,403. The total ceiling is $990,000,000, of which 5% has been used. As of today, the IDC has a total reported backlog of $2,895,675 and funded backlog of $1,584,727. The vehicle was awarded through Joint Base San Antonio (JBSA) MACC 2022.

DOD Announcements

May 2022: CCI Energy & Construction Services LLC, Garden Ridge, Texas (FA3016-22-D-0017); Butt Construction Company Inc., Dayton, Ohio (FA3016-22-D-0018); LRG Services LLC, Anchorage, Alaska (FA3016-22-D-0019); Lifecycle Construction Services LLC, Fredericksburg, Virginia (FA3016-22-D-0020); SES Electrical LLC, Oak Ridge, Tennessee (FA3016-22-D-0021); HGL Construction Inc., Midwest City, Oklahoma (FA3016-22-D-0022); GSI-ENET JV LLC, Honolulu, Hawaii (FA3016-22-D-0023); PM Jenkins Group Professional Management Services LLC, Kalamazoo, Missouri (FA3016-22-D-0024); Dawson Enterprises LLC, McClellan, California (FA3016-22-D-0025); Southeastern Industrial Barlovento JV-2 LLC, Destin, Florida (FA3016-22-D-0026); Gideon Contracting LLC, San Antonio, Texas (FA3016-22-D-0027); Koman Construction LLC, Anchorage, Alaska (FA3016-22-D-0028); and Hasen JV, New Braunfels, Texas (FA3016-22-D-0030), have been awarded a $990,000,000 ceiling, indefinite-delivery/indefinite-quantity multiple award construction contract. This contract provides construction services for military facilities at Joint Base San Antonio, Texas; Laughlin Air Force Base, Texas; and Goodfellow AFB, Texas. Work is expected to be completed by May 15, 2032. This award is the result of a competitive small business set-aside acquisition and 35 proposals were received. Fiscal 2022 operations and maintenance funds in the amount of $2,000 per basic contract will be obligated at the time of award. The 502nd Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Status
(Open)

Modified 5/5/25
Period of Performance
5/15/22
Start Date
5/15/32
Ordering Period End Date
33.0% Complete

Task Order Obligations and Backlog
$51.6M
Total Obligated
$53.2M
Current Award
$54.5M
Potential Award
95% Funded
$1.6M
Funded Backlog
$2.9M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA301622D0020

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA301622D0020

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA301622D0020

Subcontract Awards

Disclosed subcontracts for FA301622D0020

Opportunity Lifecycle

Procurement history for FA301622D0020

Transaction History

Modifications to FA301622D0020

People

Suggested agency contacts for FA301622D0020

Competition

Number of Bidders
35
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
TLGMA32694X6
Awardee CAGE
4US49
Agency Detail
Awarding Office
FA3016 FA3016 502 CONS CL
Funding Office
F2MRAA F2MRAA 502 CES CEG
Created By
jermayne.gordon@us.af.mil
Last Modified By
jermayne.gordon@us.af.mil
Approved By
jermayne.gordon@us.af.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
VA-07
Senators
Mark Warner
Timothy Kaine
Representative
Abigail Spanberger
Last Modified: 5/5/25