W911SA23D2007
Indefinite Delivery Contract
Overview
Government Description
Nc-sc JOC five yr ordering period. This Job Order Contract (JOC) covers facilities throughout North Carolina and South Carolina, with typical work including repair and maintenance of real property, repair and replacement of HVAC, water, and sewer systems, paving, roofing, interior and exterior painting, ceiling repairs or replacements, floor covering repairs or replacements, renovations, refurbishments, civil works, and electrical repairs involving all building crafts and trades. Tasks performed under this contract have included tree removal, floor repair and replacement, crack sealing and sealcoating, roof system replacement, repair of hurricane-related tree and roof damage, replacement of gym rubber flooring, replacement and repair of dysfunctional materials and equipment, and stormwater drainage improvements.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Women Owned Small Business (WOSB)
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 (36% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Aiken, South Carolina 29803 United States.
Diversified Maintenance Systems was awarded
Indefinite Delivery Contract W911SA23D2007 (W911SA-23-D-2007)
by
Reserve Command
for NC-SC Job Order Contract (JOC) Five Year Ordering Period
in May 2023.
The IDC
has a duration of 5 years and
was awarded
through solicitation North and South Carolina Job Order Contract (JOC)
with a Women Owned Small Business set aside
with
NAICS 236220 and
PSC Z2JZ
via sealed bid acquisition procedures with 3 bids received.
To date, $3,637,527 has been obligated through this vehicle.
The total ceiling is $10,000,000, of which 36% has been used.
As of today, the IDC has a total reported backlog of $32 and funded backlog of $32.
Status
(Open)
Modified 8/25/25
Period of Performance
5/30/23
Start Date
5/30/28
Ordering Period End Date
Task Order Obligations and Backlog
$3.6M
Total Obligated
$3.6M
Current Award
$3.6M
Potential Award
$32.0
Funded Backlog
$32.0
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W911SA23D2007
$-
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 W911SA23D2007
Subcontract Awards
Disclosed subcontracts for W911SA23D2007
Opportunity Lifecycle
Procurement history for W911SA23D2007
Transaction History
Modifications to W911SA23D2007
People
Suggested agency contacts for W911SA23D2007
Competition
Number of Bidders
3
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
D421NV15P5D3
Awardee CAGE
45RR2
Agency Detail
Awarding Office
W911SA W6QM MICC FT MCCOY (RC)
Funding Office
W904GZ W8YM 0081 READINESS DIV USAR
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
UT-04
Senators
Mike Lee
Mitt Romney
Mitt Romney
Representative
Clarence Owens
Last Modified: 8/25/25