SPE7LX23D0061
Indefinite Delivery Contract
Overview
Government Description
4610100326 Battery, Storage
Awardee
Awarding / Funding Agency
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
Vehicle Ceiling
$24,378,709 (37% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Taiwan.
Jamison Professional Services was awarded
Indefinite Delivery Contract SPE7LX23D0061 (SPE7LX-23-D-0061)
by
DLA Land and Maritime
in May 2023.
The IDC
has a duration of 5 years and
was awarded
through solicitation 1 NSN LTC
with a Small Business Total set aside
with
NAICS 335910 and
PSC 6140
via direct negotiation acquisition procedures with 3 bids received.
To date, $9,053,705 has been obligated through this vehicle.
The total ceiling is $24,378,709, of which 37% has been used.
DLA Order Detail and Docs
Primary NSN
None
Indefinite Delivery Contract
DOD Announcements
May 2023:
Remy Battery Co. Inc.,* Milwaukee, Wisconsin (SPE7LX-23-D-0062, $13,942,972); Hi-Tech Glass LLC,* Southampton, New Jersey (SPE7LX-23-D-0060, $12,733,820); and Jamison Professional Services Inc.,* Aurora, Colorado (SPE7LX-23-D-0061, $10,248,990), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7LX-22-R-0058 for storage batteries. This was a competitive acquisition with three offers received. These are three-year base contracts with two one-year option periods. The performance completion date is May 16, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.
Status
(Open)
Modified 5/1/25
Period of Performance
5/16/23
Start Date
5/16/28
Ordering Period End Date
Task Order Obligations
$9.1M
Total Obligated
$9.1M
Current Award
$9.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under SPE7LX23D0061
$-
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 SPE7LX23D0061
Subcontract Awards
Disclosed subcontracts for SPE7LX23D0061
Opportunity Lifecycle
Procurement history for SPE7LX23D0061
Transaction History
Modifications to SPE7LX23D0061
People
Suggested agency contacts for SPE7LX23D0061
Competition
Number of Bidders
3
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
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
NJV2BGZNB3S6
Awardee CAGE
7DPA8
Agency Detail
Awarding Office
SPE7LX DLA LAND AND MARITIME
Funding Office
SPE7L1 DLA LAND AND MARITIME
Created By
eprocurement.sysadmin.dla
Last Modified By
eprocurement.sysadmin.dla
Approved By
eprocurement.sysadmin.dla
Legislative
Legislative Mandates
None Applicable
Awardee District
CO-06
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Jason Crow
Last Modified: 5/1/25