HQ003421D0024
Indefinite Delivery Contract
Overview
Government Description
Multiple Award Construction Contract II Indefinite-delivery Indefinite-quantity Contract Vehicle
Government Project
WHS MACC II
Awardee
Awarding Agency
Pricing
Fixed Price
Set Aside
Hubzone Set-Aside (HZC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$150,000,000 (16% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20301 United States.
Incumbent Based on the size of recent awards, Stampede Ventures may exceed the set-aside threshold of $45 million for NAICS 236220 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 09/29/24 to 05/23/27.
Incumbent Based on the size of recent awards, Stampede Ventures may exceed the set-aside threshold of $45 million for NAICS 236220 in the event of a recompete
Amendment Since initial award the Ordering Period End Date was extended from 09/29/24 to 05/23/27.
Stampede Ventures was awarded
Indefinite Delivery Contract HQ003421D0024 (HQ0034-21-D-0024)
by
FSD Engineering & Construction Management
in September 2021.
The IDC
has a duration of 5 years 8 months and
was awarded
through solicitation WHS Multiple Award Construction Contract II (MACC II)
with a Hubzone set aside
with
NAICS 236220 and
PSC Y1AA
via direct negotiation acquisition procedures with 11 bids received.
To date, $23,353,289 has been obligated through this vehicle.
The total ceiling is $150,000,000, of which 16% has been used.
The vehicle was awarded through Washington Headquarters Services (WHS) MACC II.
DOD Announcements
Sep 2021:
Silotch – PDS JV LLC, Annapolis, Maryland (HQ0034-21-D-0027); Silver Lake – TMG JV#2 LLC, Milwaukee, Wisconsin (HQ0034-21-D-0026); Signature Renovations LLC, Capital Heights, Maryland (HQ0034-21-D-0025); Stampede Ventures Inc., Nome, Alaska (HQ0034-21-D-0024); PEM-Harkins JV LLP, Columbus, Ohio (HQ0034-21-D-0023); Athena Construction Group Inc., Triangle, Virginia (HQ0034-21-D-0022); APC DB JV LLC, Harvey, Louisiana (HQ0034-21-D-0021); and HSU Development Inc., Gaithersburg, Maryland (HQ0034-21-D-0020), were awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ0034-21-R-0003). The amount of this action is $45,010,000, and the maximum amount if all options are exercised is $150,000,000. This purpose of this multiple award construction contract is to provide for design-build and design-bid-build construction in the National Capital Region. The ordering period is up to 10 years if all options are exercised. Work will be performed in Washington, D.C.; Arlington, Virginia; Alexandria, Virginia; Fairfield, Pennsylvania; and Frederick, Maryland. Fiscal 2021 Pentagon Reservation Maintenance Revolving Funds will be obligated in the amount of $10,000 at the time of award. The expected completion date is Sept. 29, 2031. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
Status
(Open)
Modified 12/15/25
Period of Performance
9/29/21
Start Date
5/23/27
Ordering Period End Date
Task Order Obligations
$23.4M
Total Obligated
$23.4M
Current Award
$23.4M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
HQ003421D0024
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under HQ003421D0024
$-
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 HQ003421D0024
Subcontract Awards
Disclosed subcontracts for HQ003421D0024
Opportunity Lifecycle
Procurement history for HQ003421D0024
Transaction History
Modifications to HQ003421D0024
People
Suggested agency contacts for HQ003421D0024
Competition
Number of Bidders
11
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
WT4BZHCLS8X7
Awardee CAGE
6WK76
Agency Detail
Awarding Office
HQ0034 WASHINGTON HEADQUARTERS SERVICES
Funding Office
HQ0050 WHS/FSD/ECM/CONSTRUCTION MGMT
Created By
connie.p.arline.civ@mail.mil
Last Modified By
kyle.r.blake5.civ@mail.mil
Approved By
connie.p.arline.civ@mail.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Dan Sullivan
Representative
Mary Peltola
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Marine Corps (017-1106) | Department of Defense-Military | Land and structures (32.0) | $5,268,840 | 100% |
Last Modified: 12/15/25