W911SA23D2006
Indefinite Delivery Contract
Overview
Government Description
FHL JOC five year ordering period. The Job Order Contract (JOC) provides construction services at Fort Hunter Liggett (FHL), Parks Reserve Force Training Area (PRTA), and Moffett Field (MF) in California, including repair and maintenance of real property, HVAC, water and sewer systems, paving, roofing, painting, ceiling and floor repairs or replacements, renovations, refurbishments, civil works, and electrical repairs involving all building crafts and trades. Work performed has included emergency medium voltage electrical repair, HVAC repairs, barrack repairs, generator replacement and relocation, pool repairs, water main break response, ada access ramp installation, demolition, carpet replacement with vinyl, switch and generator replacement for temporary power, and repair of water wells and associated water treatment facilities.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price With Economic Price Adjustment
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$10,000,000 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 93928 United States.
Ceiling Exceeded Total obligated funds of $10,159,156 has exceeded the reported contract ceiling of $10,000,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Vulnerable Incumbent Miller Electric Company is listed as graduating from the 8(a) program in January 2026, which may limit its ability to recompete.
Ceiling Exceeded Total obligated funds of $10,159,156 has exceeded the reported contract ceiling of $10,000,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Vulnerable Incumbent Miller Electric Company is listed as graduating from the 8(a) program in January 2026, which may limit its ability to recompete.
Miller Electric Company was awarded
Indefinite Delivery Contract W911SA23D2006 (W911SA-23-D-2006)
by
IMCOM Southwest Region
for Fort Hunter Liggett (FHL) Job Order Contract (JOC)
in May 2023.
The IDC
has a duration of 5 years and
was awarded
through solicitation Fort Hunter Liggett (FHL) Job Order Contract (JOC)
with a 8(a) set aside
with
NAICS 236220 and
PSC Z2AZ
via sealed bid acquisition procedures with 11 bids received.
To date, $10,159,156 has been obligated through this vehicle.
The total ceiling is $10,000,000, of which 101% has been used.
Status
(Open)
Modified 8/25/25
Period of Performance
5/14/23
Start Date
5/2/28
Ordering Period End Date
Task Order Obligations
$10.2M
Total Obligated
$10.2M
Current Award
$10.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W911SA23D2006
$-
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 W911SA23D2006
Subcontract Awards
Disclosed subcontracts for W911SA23D2006
Opportunity Lifecycle
Procurement history for W911SA23D2006
Transaction History
Modifications to W911SA23D2006
People
Suggested agency contacts for W911SA23D2006
Competition
Number of Bidders
11
Solicitation Procedures
Sealed Bid
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
HGLNE7Q7TE27
Awardee CAGE
6UG82
Agency Detail
Awarding Office
W911SA W6QM MICC FT MCCOY (RC)
Funding Office
W81WYN W6GS USAG FT HUNTER LIGGETT
Created By
steven.m.bailey2.civ@acws
Last Modified By
steven.m.bailey2.civ@acws
Approved By
steven.m.bailey2.civ@acws
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
NV-02
Senators
Catherine Cortez Masto
Jacky Rosen
Jacky Rosen
Representative
Mark Amodei
Last Modified: 8/25/25