FA890318D0007
Indefinite Delivery Contract
Overview
Government Description
Multiple award ID/iq contract architect&engineering services for petroleum, oil and lubricant facilities
Government Project
FY18AEPOL
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$145,000,000 (2% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dyess Afb, Texas 79607 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: AE24DORMS – MATOC for Title I and Title II Services for Dormitory Facilities Worldwide
Amendment Since initial award the Ordering Period End Date was extended from 02/28/23 to 06/30/23 and the Vehicle Ceiling has increased 130% from $63,000,000 to $145,000,000.
Recompete The following similar solicitation(s) may continue aspects of this idv: AE24DORMS – MATOC for Title I and Title II Services for Dormitory Facilities Worldwide
Amendment Since initial award the Ordering Period End Date was extended from 02/28/23 to 06/30/23 and the Vehicle Ceiling has increased 130% from $63,000,000 to $145,000,000.
GTP Consulting Engineers was awarded
Indefinite Delivery Contract FA890318D0007 (FA8903-18-D-0007)
by
Air Force Civil Engineer Center
in February 2018.
The IDC
has a duration of 5 years 3 months and
was awarded
through solicitation INDUSTRIAL STORMWATER COMPLIANCE AT MOODY AFB GEORGIA
full & open
with
NAICS 541330 and
PSC C211
via architect-engineer FAR 6.102 acquisition procedures with 21 bids received.
To date, $2,298,145 has been obligated through this vehicle.
The total ceiling is $145,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $2 and funded backlog of $2.
The vehicle was awarded through A&E Services for Petroleum Oil and Lubricant Facilities.
DOD Announcements
Feb 2018:
Enterprise Engineering Inc., Anchorage, Alaska (FA8903-18-D-0002); Argus Consulting Inc., Overland Park, Kansas (FA8903-18-D-0004); CJW Ventures, Linden, Virginia (FA8903-18-D-0006); GTP Consulting Engineers Inc., Duluth, Georgia (FA8903-18-D-0007); Robert and Co., Atlanta, Georgia (FA8903-18-D-0010), have been awarded a combined, not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract to provide architect-engineer services for Department of Defense petroleum, oil, and lubricant facilities. Work will be performed in a variety of locations around the world, as determined by individual task orders. Work is expected to be complete by Feb. 28, 2023. This award is the result of a competitive acquisition and 21 offers were received. Thirteen total awards were made. Defense Logistics Agency working capital funds will be obligated on individual task orders. The 772nd Enterprise Sourcing Squadron, Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity.
Mar 2022: AMEC/Wood, City, State Blue Bell, Pennsylvania (FA8903-18-D-0001); Enterprise Engineering, Anchorage, Alaska (FA8903-18-D-0002); AECOM, Los Angeles, California (FA8903-18-D-0003); Argus, Overland Park, Kansas (FA8903-18-D-0004); Burns & McDonnell, Kansas City, Missouri (FA8903-18-D-0005); CJW Ventures, Lynchburg, Virginia (FA8903-18-D-0006); GTP Consulting Engineers Inc., Duluth, Georgia (FA8903-18-D-0007); HDR, San Antonio, Texas (FA8903-18-D-0008); Pond Co., Peachtree Corners, Georgia (FA8903-18-D-0009); Robert and Co., Atlanta, Georgia (FA8903-18-D-0010); Stanley Consultants Inc., Austin, Texas (FA8903-18-D-0011); Tetra Tech Inc., Collinsville, Illinois (FA8903-18-D-0012); and Weston Solutions Inc., Chester, Pennsylvania (FA8903-18-D-0013), have been awarded an $82,000,000 ceiling increase to previously awarded indefinite-delivery/indefinite-quantity contracts. This increase will facilitate additional capacity to order engineering design and engineering support at Defense Logistics Agency fuels locations. Work will be performed in locations to be determined at the task order level and are expected to be completed by March 1, 2026. Air Force Installation and Mission Support Center, Joint Base San Antonio, Texas, is the contracting activity.
Mar 2022: AMEC/Wood, City, State Blue Bell, Pennsylvania (FA8903-18-D-0001); Enterprise Engineering, Anchorage, Alaska (FA8903-18-D-0002); AECOM, Los Angeles, California (FA8903-18-D-0003); Argus, Overland Park, Kansas (FA8903-18-D-0004); Burns & McDonnell, Kansas City, Missouri (FA8903-18-D-0005); CJW Ventures, Lynchburg, Virginia (FA8903-18-D-0006); GTP Consulting Engineers Inc., Duluth, Georgia (FA8903-18-D-0007); HDR, San Antonio, Texas (FA8903-18-D-0008); Pond Co., Peachtree Corners, Georgia (FA8903-18-D-0009); Robert and Co., Atlanta, Georgia (FA8903-18-D-0010); Stanley Consultants Inc., Austin, Texas (FA8903-18-D-0011); Tetra Tech Inc., Collinsville, Illinois (FA8903-18-D-0012); and Weston Solutions Inc., Chester, Pennsylvania (FA8903-18-D-0013), have been awarded an $82,000,000 ceiling increase to previously awarded indefinite-delivery/indefinite-quantity contracts. This increase will facilitate additional capacity to order engineering design and engineering support at Defense Logistics Agency fuels locations. Work will be performed in locations to be determined at the task order level and are expected to be completed by March 1, 2026. Air Force Installation and Mission Support Center, Joint Base San Antonio, Texas, is the contracting activity.
Status
(Complete)
Modified 2/9/23
Period of Performance
2/28/18
Start Date
6/30/23
Ordering Period End Date
Task Order Obligations and Backlog
$2.3M
Total Obligated
$2.3M
Current Award
$2.3M
Potential Award
$2.0
Funded Backlog
$2.0
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA890318D0007
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA890318D0007
$-
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 FA890318D0007
Subcontract Awards
Disclosed subcontracts for FA890318D0007
Opportunity Lifecycle
Procurement history for FA890318D0007
Transaction History
Modifications to FA890318D0007
People
Suggested agency contacts for FA890318D0007
Competition
Number of Bidders
21
Solicitation Procedures
Architect-Engineer FAR 6.102
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
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
E34SLE4DKLB8
Awardee CAGE
330Y2
Agency Detail
Awarding Office
FA8903 FA8903 772 ESS PK
Funding Office
F2MUAA AFCEC CTN
Created By
yolanda.elizondo@us.af.mil
Last Modified By
yolanda.elizondo@us.af.mil
Approved By
yolanda.elizondo@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
GA-07
Senators
Jon Ossoff
Raphael Warnock
Raphael Warnock
Representative
Lucy McBath
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $143,343 | 62% |
| Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $87,289 | 38% |
Last Modified: 2/9/23