FA301625D0026
Indefinite Delivery Contract
Overview
Government Description
PERFORM BIOLOGICAL, ARBORIST, AND CULTURAL RESOURCES SURVEYS; VEGETATION REMOVAL IN TRAINING AREAS AND TRAILS; HERBICIDE TREATMENT; TRAIL REPAIR; SITE CLEAN-UP; DEBRIS REMOVAL AND DISPOSAL, AND EQUIPMENT MAINTENANCE. ADDITIONAL WORK INCLUDES ARBORIST SURVEYS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT, FIRE BREAK SUPPORT SERVICES, AND PROVISION OF PARTS FOR ROUTINE MAINTENANCE.
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$540,000
Vehicle Ceiling
$2,597,768 (5% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Antonio, Texas 78257 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.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
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.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Goodwill Industries Of San Antonio Contract Services was awarded
Indefinite Delivery Contract FA301625D0026 (FA3016-25-D-0026)
by
IMCOM Southwest Region
for Biological, Arborist, And Cultural Resources Surveys And Vegetation Management
in August 2025.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 238910 and
PSC F021
via simplified acquisition acquisition procedures with 1 bid received.
To date, $138,230 has been obligated through this vehicle.
The total ceiling is $2,597,768, of which 5% has been used.
Status
(Open)
Modified 8/28/25
Period of Performance
8/31/25
Start Date
8/31/30
Ordering Period End Date
Task Order Obligations
$138.2K
Total Obligated
$138.2K
Current Award
$138.2K
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA301625D0026
$-
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 FA301625D0026
Subcontract Awards
Disclosed subcontracts for FA301625D0026
Transaction History
Modifications to FA301625D0026
People
Suggested agency contacts for FA301625D0026
Competition
Number of Bidders
1
Solicitation Procedures
Simplified Acquisition
Other Than Full and Open Competition
SAP Non-Competition
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
Yes
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
XUZ9P4RC4C64
Awardee CAGE
6KK45
Agency Detail
Awarding Office
FA3016 FA3016 502 CONS CL
Funding Office
W45B9H W6CH USASA FT SAM HOUSTON
Created By
edwin.dela_cruz.3@us.af.mil
Last Modified By
edwin.dela_cruz.3@us.af.mil
Approved By
edwin.dela_cruz.3@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
TX-35
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Gregorio Casar
Last Modified: 8/28/25