FA462625D0008
Indefinite Delivery Contract
Overview
Government Description
LF SUMP PUMPS (SP) 102 AND SP103 DISCHARGE LINES. THE CONTRACTOR SHALL ABIDE BY THE STATEMENT OF WORK TO SATISFY THE REQUIREMENTS OF THIS CONTRACT. WORK PERFORMED INCLUDES REPAIR, CONSTRUCTION, AND MAINTENANCE OF WATER AND SEWER LINE SYSTEMS FOR LF SUMP PUMPS AT MALMSTROM AIR FORCE BASE, MONTANA.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$3,000,000 (43% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Malmstrom Afb, Montana 59402 United States.
Sole Source This IDC was awarded sole source to Woi-Bry JV because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Sole Source This IDC was awarded sole source to Woi-Bry JV because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Woi-Bry JV was awarded
Indefinite Delivery Contract FA462625D0008 (FA4626-25-D-0008)
by
Global Strike Command
for LF Sump Pump Repair (SP 102 & SP 103) – WOI-BRY JV, LLC
in August 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation LF Sump Pump Requirements Contract
with a 8(a) Sole Source set aside
with
NAICS 237110 and
PSC Z2NZ
via sole source acquisition procedures with 1 bid received.
To date, $1,284,454 has been obligated through this vehicle.
The total ceiling is $3,000,000, of which 43% has been used.
Status
(Open)
Modified 8/28/25
Period of Performance
8/27/25
Start Date
8/28/30
Ordering Period End Date
Task Order Obligations
$1.3M
Total Obligated
$1.3M
Current Award
$1.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA462625D0008
$-
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 FA462625D0008
Subcontract Awards
Disclosed subcontracts for FA462625D0008
Opportunity Lifecycle
Procurement history for FA462625D0008
Transaction History
Modifications to FA462625D0008
People
Suggested agency contacts for FA462625D0008
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
MJ7PUGYJYVC5
Awardee CAGE
123W5
Agency Detail
Awarding Office
FA4626 FA4626 341 CONS LGC
Funding Office
F2W3D3 341 CES CEMS MISSILE COMPLEX
Created By
tamia.cash@us.af.mil
Last Modified By
cody.babinecz@us.af.mil
Approved By
cody.babinecz@us.af.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
MT-02
Senators
Jon Tester
Steve Daines
Steve Daines
Representative
Matthew Rosendale
Last Modified: 8/28/25