Search IDVs

FA890325D0025

Indefinite Delivery Contract

Overview

Government Description
ARCHITECT-ENGINEERING ENVIRONMENTAL SERVICES 2023 TO SUPPORT ENVIRONMENTAL PROGRAMS WORLDWIDE, A-E ES 2023
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$100,000,000
Vehicle Ceiling
$100,000,000 (8% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Jbsa Lackland, Texas 78236 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Arcadis was awarded Indefinite Delivery Contract FA890325D0025 (FA8903-25-D-0025) by Air Force Civil Engineer Center for Architect-Engineering Environmental Services 2023 To Support Environmental Programs Worldwide, A-E Es 2023 in March 2025. The IDC has a duration of 10 years and was awarded full & open with NAICS 562910 and PSC R499 via direct negotiation acquisition procedures with 32 bids received. To date, $8,458,598 has been obligated through this vehicle. The total ceiling is $100,000,000, of which 8% has been used.

DOD Announcements

Feb 2025: A&M BERS JV LLC, Tulsa, Oklahoma (FA8903-25-D-0023, awarded Jan. 27, 2025); Ahtna Engineering Services, Anchorage, Alaska (FA8903-25-D-0014, awarded Jan. 22, 2025); Arcadis US Inc. Highlands Ranch, Colorado (FA8903-25-D-0025, awarded Jan. 29, 2025); AECOM Technical Services Inc. Austin, Texas (FA8903-25-D-0002, awarded Jan. 23, 2025); Aerostar SES LLC. Oak Ridge, Tennessee (FA8903-25-D-0026, awarded Jan. 9, 2025); BEM Systems Inc. Madison, New Jersey (FA8903-25-D-0022, awarded Jan. 29, 2025); Bhate Environmental Associates Inc. Birmingham, Alabama (FA8903-25-D-0024, awarded Jan. 23, 2025); Cape-Weston JV4 LLC, Norcross, Georgia (FA8903-25-D-0013, awarded Feb. 3, 2025); CTI Ayuda JV LLC, Farmington Hills, Michigan (FA8903-25-D-0028, awarded Feb. 6, 2025); EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, Maryland (FA8903-25-D-0009, awarded Feb. 4, 2025); HDR Environmental, Operations, and Construction, Inc., Englewood, Colorado (FA8903-25-D-0021, awarded Jan. 29, 2025); HGL-APTIM Technologies JV LLC, Reston, Virginia (FA8903-25-D-0012, awarded Feb. 4, 2025); Jacobs Government Services Co., Arlington, Virginia (FA8903-25-D-0027, awarded Feb. 4, 2025); Leidos Inc., Reston, Virginia (FA8903-25-D-0001, awarded Jan. 22, 2025); North Wind Site Services LLC, Idaho Falls, Idaho (FA8903-25-D-0019, awarded Feb. 6, 2025); Oneida Total Integrated Enterprises LLC, Milwaukee, Wisconsin (FA8903-25-D-0020, awarded Feb. 6, 2025); Parsons Government Services LLC, Milwaukee, Wisconsin (FA8903-25-D-0018, awarded Feb. 4, 2025); Plexus-Seres JV LLC, Alexandria, Virginia (FA8903-25-D-0007 awarded Feb. 6, 2025); QRI Tetra Tech JV LLC, Baton Rouge, Louisiana (FA8903-25-D-0003 awarded Feb. 18, 2025); Stantec-Michael Baker-Sundance JV, Charlottesville, Virginia (FA8903-25-D-0005, awarded Feb. 19, 2025); Tanaq-MES 8(a) JV LLC, Anchorage, Alaska (FA8903-25-D-0010, awarded Feb. 11, 2025); Tehama Versar JV, Kansas City, Missouri (FA8903-25-D-0015, awarded Feb. 6, 2025); Tetra Tech Inc., Pasadena, California (FA8903-25-D-0004, awarded Feb. 6, 2025); Tidewater-PHE JV LLC, Elkridge, Maryland (FA8903-25-D-0008, awarded Feb. 6, 2025); Trihydro Corp., Laramie, Wyoming (FA8903-25-D-0006, awarded Feb. 18, 2025); Weston-CDM Smith JV, West Chester, Pennsylvania (FA8903-25-D-0017, awarded Feb. 6, 2025); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-25-D-0016, awarded Feb. 4, 2025), were awarded a $1,500,000,000 hybrid, firm-fixed-price, firm, cost-no-fee, and cost-plus-fixed-fee, multiple award, indefinite-delivery/indefinite-quantity contract for architect and engineering (A-E) services. This contract provides for support of environmental restoration,

Status
(Open)

Modified 9/2/25
Period of Performance
3/2/25
Start Date
3/5/35
Ordering Period End Date
8.0% Complete

Task Order Obligations
$8.5M
Total Obligated
$8.5M
Current Award
$8.5M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA890325D0025

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA890325D0025

$-

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 FA890325D0025

Subcontract Awards

Disclosed subcontracts for FA890325D0025

Transaction History

Modifications to FA890325D0025

People

Suggested agency contacts for FA890325D0025

Competition

Number of Bidders
32
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
MNG1DTKJ1LZ3
Awardee CAGE
005Q6
Agency Detail
Awarding Office
FA8903 FA8903 772 ESS PK
Funding Office
F2MUAA AFCEC CTN
Created By
christina.villanueva.1@us.af.mil
Last Modified By
devin.pietrzak@us.af.mil
Approved By
christina.villanueva.1@us.af.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
CO-04
Senators
Michael Bennet
John Hickenlooper
Representative
Ken Buck
Last Modified: 9/2/25