Search IDVs

W911SA24D2020

Indefinite Delivery Contract

Overview

Government Description
CLIN 0001-NEW maid-iq FY24-FY29 provides for a broad range of design-build renovation and construction projects at fort mccoy, Wisconsin. Includes construction, repair, and alteration of various facilities, as well as minor construction and real property maintenance involving trades such as carpentry, roofing, painting, electrical, HVAC, plumbing, masonry, demolition, roadwork, storm drainage, earthwork, welding, and other general construction. Tasks may include foundation and site work, concrete and masonry construction, metals, thermal/moisture protection, curtain walls, doors, windows, glass, finished materials, fencing communications, elevators/conveying systems, mechanical/electrical systems, demolition and removal, roads/paving, and painting. Specific work performed includes repairing the drainage for south post Army family housing.
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$25,000,000 (21% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Wisconsin 54656 United States.
MDM Construction Supply was awarded Indefinite Delivery Contract W911SA24D2020 (W911SA-24-D-2020) by IMCOM Southwest Region for Fort McCoy Design-Build MATOC (MAID-IQ) in June 2024. The IDC has a duration of 5 years and was awarded through solicitation W911SA24R2008 Fort McCoy Design Build MATOC Solicitation with a Small Business Total set aside with NAICS 236220 and PSC Z2AZ via direct negotiation acquisition procedures with 12 bids received. To date, $5,334,247 has been obligated through this vehicle. The total ceiling is $25,000,000, of which 21% has been used.

DOD Announcements

Jun 2024: KPH Construction Corp.,* Milwaukee, Wisconsin (W911SA-24-D-2019); MDM Construction Supply LLC,* Rockford, Illinois (W911SA-24-D-2020); Miller Electric Co. Inc.,* Reno, Nevada (W911SA-24-D-2021); R. J. Jurowski Construction Inc.,* Whitehall, Wisconsin (W911SA-24-D-2022); RHI LLC,* Marriot-Slaterville, Utah (W911SA-24-D-2023); 2A LLC,* Aberdeen, Maryland (W911SA-24-D-2014); Bruce Kreofsky and Sons Inc.,* Plainview, Minnesota (W911SA-24-D-2015); Huot Construction and Services Inc.,* South Saint Paul, Minnesota (W911SA-24-D-2016); JMJ Construction Co. Inc.,* New Lisbon, Wisconsin (W911SA-24-D-2017); and Kaiyuh Services LLC,* Anchorage, Alaska (W911SA-24-D-2018), will compete for each order of the $25,000,000 firm-fixed-price contract for general construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

Status
(Open)

Modified 9/3/25
Period of Performance
6/24/24
Start Date
6/24/29
Ordering Period End Date
35.0% Complete

Task Order Obligations
$5.3M
Total Obligated
$5.3M
Current Award
$5.3M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W911SA24D2020

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W911SA24D2020

$-

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 W911SA24D2020

Subcontract Awards

Disclosed subcontracts for W911SA24D2020

Opportunity Lifecycle

Procurement history for W911SA24D2020

Transaction History

Modifications to W911SA24D2020

People

Suggested agency contacts for W911SA24D2020

Competition

Number of Bidders
12
Solicitation Procedures
Negotiated Proposal/Quote
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
RXEPWJFCKJD1
Awardee CAGE
4TRE8
Agency Detail
Awarding Office
W911SA W6QM MICC FT MCCOY (RC)
Funding Office
W81TMH W0XY DIRECTOR OF PUBLIC WORKS
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
IL-17
Senators
Richard Durbin
Tammy Duckworth
Representative
Eric Sorensen
Last Modified: 9/3/25