Search IDVs

W911SA26DA005

Indefinite Delivery Contract

Overview

Government Description
Perform region 1 - facility investment services - preventative and corrective maintenance at thirteen sites in OK and AR IAW the performance work statement and terms and conditions of the solicitation and resultant contract. Includes maintenance, repair, alteration, demolition, and minor construction on buildings and structures such as plumbing, electrical, and HVAC systems; implementation of a preventive maintenance program; hazardous waste disposal in compliance with rcra and other laws; solid waste management reporting; compliance with environmental regulations including spill prevention and response; development of a sustainable procurement and practices plan; and conducting inspections and certifications as required by regulatory standards.
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$5,829,933
Vehicle Ceiling
$5,829,933 (30% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: North Little Rock, Arkansas 72118 United States.
CB Facility Solutions was awarded Indefinite Delivery Contract W911SA26DA005 (W911SA-26-D-A005) by Reserve Command for Facility Investment Services (FIS) – Preventative & Corrective Maintenance, 13 Sites in OK & AR in December 2025. The IDC has a duration of 2 years 10 months and was awarded through solicitation Region 1 Facility Investment Services - Preventative & Corrective Maintenance, 13 Locations in Arkansas & Oklahoma with a Small Business Total set aside with NAICS 561210 and PSC M1JZ via simplified acquisition acquisition procedures with 7 bids received. To date, $1,763,964 has been obligated through this vehicle. The total ceiling is $5,829,933, of which 30% has been used.

Status
(Open)

Modified 2/24/26
Period of Performance
12/14/25
Start Date
10/31/28
Ordering Period End Date
12.0% Complete

Task Order Obligations
$1.8M
Total Obligated
$1.8M
Current Award
$1.8M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W911SA26DA005

Contracts

0

Subcontracts

0

Federal Award Analysis

Historical federal task order obligations under W911SA26DA005

$-

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

Opportunity Lifecycle

Procurement history for W911SA26DA005

Transaction History

Modifications to W911SA26DA005

People

Suggested agency contacts for W911SA26DA005

Competition

Number of Bidders
7
Solicitation Procedures
Simplified Acquisition
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
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
GDFBBNMLH5X9
Awardee CAGE
72G76
Agency Detail
Awarding Office
W911SA W6QM MICC FT MCCOY (RC)
Funding Office
W90XCV W8YL 0063 READINESS DIV USAR
Created By
deena.l.murphy.civ@acws
Last Modified By
amanda.johnston.civ.w911sa@sa
Approved By
james.k.hubert.civ@acws

Legislative

Legislative Mandates
Labor Standards
Awardee District
FL-16
Senators
Marco Rubio
Rick Scott
Representative
Vern Buchanan
Last Modified: 2/24/26