W9113M25D0060
Indefinite Delivery Contract
Overview
Government Description
ENVIRONMENTAL PLANNING, COMPLIANCE, AND REMEDIATION TECHNICAL SERVICES TO SUPPORT THE WORLD-WIDE FULL SPECTRUM LIFE CYCLE.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$88,717,674 (2% Used)
Related Opportunity
W9113M25R0002
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Huntsville, Alabama 35898 United States.
Sole Source This IDC was awarded sole source to KFS because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent KFS is listed as graduating from the 8(a) program in November 2024, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased from $88,717,093 to $88,717,674.
Sole Source This IDC was awarded sole source to KFS because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent KFS is listed as graduating from the 8(a) program in November 2024, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased from $88,717,093 to $88,717,674.
KFS was awarded
Indefinite Delivery Contract W9113M25D0060 (W9113M-25-D-0060)
by
Space and Missile Defense Command
for Environmental Planning, Compliance, And Remediation Technical Services To Support The World-Wide Full Spectrum Life Cycle.
in November 2024.
The IDC
has a duration of 5 years 6 months and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 562910 and
PSC B510
via sole source acquisition procedures with 1 bid received.
To date, $1,860,110 has been obligated through this vehicle.
The total ceiling is $88,717,674, of which 2% has been used.
As of today, the IDC has a total reported backlog of $0 and funded backlog of $0.
Status
(Open)
Modified 3/26/25
Period of Performance
11/18/24
Start Date
5/18/30
Ordering Period End Date
Task Order Obligations and Backlog
$1.9M
Total Obligated
$1.9M
Current Award
$1.9M
Potential Award
$0.0
Funded Backlog
$0.0
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W9113M25D0060
$-
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 W9113M25D0060
Subcontract Awards
Disclosed subcontracts for W9113M25D0060
Transaction History
Modifications to W9113M25D0060
People
Suggested agency contacts for W9113M25D0060
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 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
VKJST6F9YLL6
Awardee CAGE
730T3
Agency Detail
Awarding Office
W9113M W6QK ACC-RSA
Funding Office
W31RPD W4T8 USASMDC HUNTSVILLE
Created By
george.c.kosut.civw9113m@mail.mil
Last Modified By
george.c.kosut.civw9113m@mail.mil
Approved By
george.c.kosut.civw9113m@mail.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
AL-05
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Dale Strong
Last Modified: 3/26/25