Search IDVs

W5168W25DA010

Indefinite Delivery Contract

Overview

Government Description
SUPPORT FORT BRAGG, NC REQUIREMENT TO MEET THE DFA NEEDS AT DFACS IN SUPPORT OF THE ASC AND LRC UNDER THE ARMY FOOD PROGRAM. THE REQUIREMENT WILL HAVE A 5-YEAR ORDERING PERIOD AND THE POTENTIAL FOR A SIX (6) MONTH EXTENSION IAW 52.217-8.
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$66,523,350 (5% Used)
Related Opportunity
W5168W25R0029
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Bragg, North Carolina 28310 United States.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Employment Source because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Ordering Period End Date was shortened from 05/31/30 to 05/30/30.
Employment Source was awarded Indefinite Delivery Contract W5168W25DA010 (W5168W-25-D-A010) by Army Sustainment Command in May 2025. The IDC has a duration of 5 years and was awarded full & open with NAICS 561720 and PSC S203 via sole source acquisition procedures with 1 bid received. To date, $9,124,113 has been obligated through this vehicle. The total ceiling is $66,523,350, of which 5% has been used. As of today, the IDC has a total reported backlog of $6,116,100 and funded backlog of $6,116,100.

DOD Announcements

May 2025: Employment Source Inc., Fayetteville, North Carolina, was awarded a $54,584,903 firm-fixed-price contract for dining facility attendant services at Fort Bragg. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2030. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A010).

Status
(Open)

Modified 6/12/25
Period of Performance
5/31/25
Start Date
5/30/30
Ordering Period End Date
7.0% Complete

Task Order Obligations and Backlog
$3.0M
Total Obligated
$9.1M
Current Award
$9.1M
Potential Award
33% Funded
$6.1M
Funded Backlog
$6.1M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W5168W25DA010

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W5168W25DA010

$-

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 W5168W25DA010

Subcontract Awards

Disclosed subcontracts for W5168W25DA010

Transaction History

Modifications to W5168W25DA010

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
WWVYRX95NMD7
Awardee CAGE
4ES83
Agency Detail
Awarding Office
W5168W W6QM MICC-FDO FT SAM HOUSTON
Funding Office
W580JH W6YB USALRCTR FT BRAGG
Created By
javelin.m.carouthers.civ@acws
Last Modified By
javelin.m.carouthers.civ@acws
Approved By
javelin.m.carouthers.civ@acws

Legislative

Legislative Mandates
Labor Standards
Awardee District
NC-07
Senators
Thom Tillis
Ted Budd
Representative
David Rouzer
Last Modified: 6/12/25