W911S724D0005
Indefinite Delivery Contract
Overview
Government Description
MATOC CONSTRUCTION
Awardee
Awarding Agency
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
$42,000,000 (14% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Leonard Wood, Missouri 65473 United States.
Olgoonik Specialty Contractors was awarded
Indefinite Delivery Contract W911S724D0005 (W911S7-24-D-0005)
by
IMCOM Northeast Region
for Matoc Construction
in April 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation Fort Leonard Wood MATOC IDIQ
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1EZ
via direct negotiation acquisition procedures with 10 bids received.
To date, $5,731,996 has been obligated through this vehicle.
The total ceiling is $42,000,000, of which 14% has been used.
DOD Announcements
Apr 2024:
Marrero, Couvillon & Associates LLC,* Baton Rouge, Louisiana (W911S7-24-D-0008); Bales Construction Co. Inc., Waynesville,* Missouri (W911S7-24-D-0007); Reese Equipment Co. LLC, Dixon,* Missouri (W911S7-24-D-0006); Olgoonik Specialty Contractors LLC,* Saint Robert, Missouri (W911S7-24-D-0005); and SDJV,* Seymour, Missouri (W911S7-24-D-0004), will compete for each order of the $42,000,000 firm-fixed-price contract for sustainment, reutilization and modernization construction projects. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of April 14, 2029. Army Field Directorate Office, Fort Leonard Wood, Missouri, is the contracting activity.
Status
(Open)
Modified 5/14/24
Period of Performance
4/14/24
Start Date
4/14/29
Ordering Period End Date
Task Order Obligations
$5.7M
Total Obligated
$5.7M
Current Award
$5.7M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W911S724D0005
$-
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 W911S724D0005
Subcontract Awards
Disclosed subcontracts for W911S724D0005
Opportunity Lifecycle
Procurement history for W911S724D0005
Transaction History
Modifications to W911S724D0005
People
Suggested agency contacts for W911S724D0005
Competition
Number of Bidders
10
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
HJNPLCNC3TV1
Awardee CAGE
66C14
Agency Detail
Awarding Office
W911S7 W6QM MICC-FT LEONARD WOOD
Funding Office
W90NM2 W6B8 USAG DPW ENG SVCS DIV
Created By
victor.e.richards.civ@army.mil
Last Modified By
victor.e.richards.civ@army.mil
Approved By
victor.e.richards.civ@army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
MO-04
Senators
Joshua Hawley
Eric Schmitt
Eric Schmitt
Representative
Mark Alford
Last Modified: 5/14/24