W911SA25DA007
Indefinite Delivery Contract
Overview
Government Description
Region 4 MATOC 5 Year Contract FY25-FY30 State of California
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Hubzone Set-Aside (HZC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$25,000,000
Vehicle Ceiling
$25,000,000 (4% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 93301 United States.
Miller Electric Company was awarded
Indefinite Delivery Contract W911SA25DA007 (W911SA-25-D-A007)
by
Reserve Command
in June 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation CALIFORNIA REGION 4 MATOC
with a Hubzone set aside
with
NAICS 236220 and
PSC Z2JZ
via direct negotiation acquisition procedures with 12 bids received.
To date, $1,072,344 has been obligated through this vehicle.
The total ceiling is $25,000,000, of which 4% has been used.
DOD Announcements
Jun 2025:
Vet Con Souza,* Farmersville, California (W911SA-25-D-A006); Miller Electric Co. Inc.,* Reno, Nevada (W911SA-25-D-A007); Sustainable Design Consortium Inc.,* Baltimore, Maryland (W911SA-25-D-A008); AC Lopez Construction Inc.,* San Juan Capistrano, California (W911SA-25-D-A009); and Spectrum Builders and Renovations Inc.,* Sacramento, California (W911SA-25-D-A010), will compete for each order of the $25,000,000 firm-fixed-price contract for 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 15, 2030. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.
Status
(Open)
Modified 6/17/25
Period of Performance
6/16/25
Start Date
6/16/30
Ordering Period End Date
Task Order Obligations
$1.1M
Total Obligated
$1.1M
Current Award
$1.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W911SA25DA007
$-
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 W911SA25DA007
Subcontract Awards
Disclosed subcontracts for W911SA25DA007
Opportunity Lifecycle
Procurement history for W911SA25DA007
Transaction History
Modifications to W911SA25DA007
People
Suggested agency contacts for W911SA25DA007
Competition
Number of Bidders
12
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
HGLNE7Q7TE27
Awardee CAGE
6UG82
Agency Detail
Awarding Office
W911SA W6QM MICC FT MCCOY (RC)
Funding Office
W90XCV W8YL 0063 READINESS DIV USAR
Created By
william.a.parsons4.civ@army.mil
Last Modified By
vance.c.bickford.civ@acws
Approved By
vance.c.bickford.civ@acws
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
NV-02
Senators
Catherine Cortez Masto
Jacky Rosen
Jacky Rosen
Representative
Mark Amodei
Last Modified: 6/17/25