GS33F0045Y-W912DR21A0002
Blanket Purchase Agreement
Overview
Government Description
Master blanket purchase agreements in support of the defense national relocation program with a five year ordering period
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$65,000,000 (34% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hawaii 96706 United States.
Amendment Since initial award the Ordering Period End Date was extended from 11/30/25 to 05/31/26.
Amendment Since initial award the Ordering Period End Date was extended from 11/30/25 to 05/31/26.
Reliance Relocation Services was awarded
Blanket Purchase Agreement W912DR21A0002 (W912DR-21-A-0002)
by
USACE Baltimore District
in November 2020.
The BPA
has a duration of 5 years 5 months and
was awarded
full & open
with
NAICS 484210 and
PSC R402
via subject to multiple award fair opportunity acquisition procedures with 9 bids received.
To date, $22,376,217 has been obligated through this vehicle.
The total ceiling is $65,000,000, of which 34% has been used.
DOD Announcements
Nov 2020:
Reliance Relocation Services Inc., doing business as Relo Direct, Chicago, Illinois, was awarded a $65,000,000 blanket purchase agreement (W912DR-21-A-0002) for the Defense National Relocation Program. Bids were solicited via the internet with 11 received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Nov. 30, 2025. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.
Status
(Open)
Modified 11/21/25
Period of Performance
11/30/20
Start Date
5/31/26
Ordering Period End Date
Task Order Obligations
$22.4M
Total Obligated
$22.4M
Current Award
$22.4M
Potential Award
Award Hierarchy
Vehicle
Federal Supply Schedule
Blanket Purchase Agreement
GS33F0045Y-W912DR21A0002
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W912DR21A0002
$-
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 GS33F0045Y-W912DR21A0002
Subcontract Awards
Disclosed subcontracts for GS33F0045Y-W912DR21A0002
Transaction History
Modifications to GS33F0045Y-W912DR21A0002
People
Suggested agency contacts for GS33F0045Y-W912DR21A0002
Competition
Number of Bidders
9
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
None
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
DN1XXUJL6UD3
Awardee CAGE
6JR42
Agency Detail
Awarding Office
W912DR W2SD ENDIST BALTIMORE
Funding Office
W81W3G W2SD ENDIST BALTIMORE
Created By
sharon.l.alexander@usace.army.mil
Last Modified By
sharon.l.alexander@usace.army.mil
Approved By
sharon.l.alexander@usace.army.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-07
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Danny Davis
Last Modified: 11/21/25