Search IDVs

W911SA25DA007

Indefinite Delivery Contract

Overview

Government Description
Region 4 MATOC 5 Year Contract FY25-FY30 State of California
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)
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
16.0% Complete

Task Order Obligations
$1.1M
Total Obligated
$1.1M
Current Award
$1.1M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W911SA25DA007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W911SA25DA007

$-

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 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
Representative
Mark Amodei
Last Modified: 6/17/25