FA890325D0033
Indefinite Delivery Contract
Overview
Government Description
This MATOC is for a/E services to support the sustainment, restoration, modernization, renovation, demolition, repair, or replacement of dormitory facilities at locations worldwide. Title I, title II and other a/E services may be required.
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$5,000,000
Vehicle Ceiling
$49,000,000 (8% Used)
Related Opportunity
FA890325R0007
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Montgomery, Alabama 36112 United States.
JP Harvey - Stantec Joint Venture was awarded
Indefinite Delivery Contract FA890325D0033 (FA8903-25-D-0033)
by
Air Force Civil Engineer Center
in February 2025.
The IDC
has a duration of 5 years and
was awarded
with a Small Business Total set aside
with
NAICS 541330 and
PSC C211
via architect-engineer FAR 6.102 acquisition procedures with 17 bids received.
To date, $4,147,009 has been obligated through this vehicle.
The total ceiling is $49,000,000, of which 8% has been used.
DOD Announcements
Feb 2025:
BKM Prime AE JV JC LLC, Baltimore, Maryland (FA8903-25-D-0029); Blair Remy Merrick MP JV LLC, Oklahoma City, Oklahoma (FA8903-25-D-0030); Chimborazo JV, Kennesaw, Georgia (FA8903-25-D-0031); Cyntergy-SLA JV, Wichita Falls, Texas (FA8903-25-D-0034); GM Hill Baker JV LLC, Jacksonville, Florida (FA8903-25-D-0032); JP Harvey-Stantec JV, Hampton, Virginia (FA8903-25-D-0033); and WJA Design Collaborative, Seattle, Washington (FA8903-25-D-0035), have been awarded a $49,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for Air Force Civil Engineer Center architect-engineering services. This contract provides for Title I, Title II, and other related architect-engineering services, for dormitory facilities. Work will be performed globally and is expected to be completed Feb. 2, 2030, if all options are exercised. These contracts were competitive acquisitions, and 17 offers were received. Fiscal 2025 operations and maintenance funds in the amount of $17,500 ($2,500 per awardee) are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.
Status
(Open)
Modified 8/7/25
Period of Performance
2/2/25
Start Date
2/2/30
Ordering Period End Date
Task Order Obligations
$4.1M
Total Obligated
$4.1M
Current Award
$4.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA890325D0033
$-
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 FA890325D0033
Subcontract Awards
Disclosed subcontracts for FA890325D0033
Transaction History
Modifications to FA890325D0033
People
Suggested agency contacts for FA890325D0033
Competition
Number of Bidders
17
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
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
CG1APMSHFR73
Awardee CAGE
9UZF9
Agency Detail
Awarding Office
FA8903 FA8903 772 ESS PK
Funding Office
F2MUAA AFCEC CTN
Created By
gary.waters@fa5422
Last Modified By
gary.waters@fa5422
Approved By
gary.waters@fa5422
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Robert Scott
Last Modified: 8/7/25