Search IDVs

FA441824D0002

Indefinite Delivery Contract

Overview

Government Description
Paving IDIQ. This contract provides for maintenance, repair, and construction of pavements at Joint Base Charleston air base, weapons station, short stay recreational area, defense fuel supply point, and north auxiliary airfield in South Carolina. Includes repairing and widening various pavements, restriping crosswalks at multiple locations, and painting osha-required markings in designated areas.
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
Single Agency
Individual Order Limit
$2,000,000
Vehicle Ceiling
$16,500,000 (19% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Charleston Afb, South Carolina 29404 United States.
Moorhead Brothers was awarded Indefinite Delivery Contract FA441824D0002 (FA4418-24-D-0002) by Air Mobility Command for Paving Indefinite Delivery Indefinite Quantity (IDIQ) in December 2023. The IDC has a duration of 4 years 6 months and was awarded through solicitation Base Pavements Maintenance and Repair IDIQ with a Small Business Total set aside with NAICS 237310 and PSC Z2LB via direct negotiation acquisition procedures with 2 bids received. To date, $3,077,251 has been obligated through this vehicle with a potential value of all existing task orders of $3,664,444. The total ceiling is $16,500,000, of which 19% has been used. As of today, the IDC has a total reported backlog of $587,192.

Status
(Open)

Modified 6/24/25
Period of Performance
12/3/23
Start Date
6/30/28
Ordering Period End Date
51.0% Complete

Task Order Obligations and Backlog
$3.1M
Total Obligated
$3.1M
Current Award
$3.7M
Potential Award
84% Funded
$0.0
Funded Backlog
$587.2K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA441824D0002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA441824D0002

$-

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 FA441824D0002

Subcontract Awards

Disclosed subcontracts for FA441824D0002

Opportunity Lifecycle

Procurement history for FA441824D0002

Transaction History

Modifications to FA441824D0002

People

Suggested agency contacts for FA441824D0002

Competition

Number of Bidders
2
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
TUWYX9SH8WD7
Awardee CAGE
5B6F0
Agency Detail
Awarding Office
FA4418 FA4418 628 CONS PK
Funding Office
F1M3E2 F1M3E2 628 CES CECC
Created By
bryan.coppage.1@us.af.mil
Last Modified By
bryan.coppage.1@us.af.mil
Approved By
bryan.coppage.1@us.af.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
SC-05
Senators
Lindsey Graham
Tim Scott
Representative
Ralph Norman
Last Modified: 6/24/25