W911W621D0002
Indefinite Delivery Contract
Overview
Government Description
SBIR PH III (MAXIMUM CEILING VALUE)
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
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
Individual Order Limit
$19,900,000
Vehicle Ceiling
$19,900,000 (55% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Illinois 60201 United States.
Amendment Since initial award the Ordering Period End Date was extended from 02/15/26 to 05/04/26 and the Vehicle Ceiling has increased 101% from $9,900,000 to $19,900,000.
Amendment Since initial award the Ordering Period End Date was extended from 02/15/26 to 05/04/26 and the Vehicle Ceiling has increased 101% from $9,900,000 to $19,900,000.
Questek Innovations was awarded
Indefinite Delivery Contract W911W621D0002 (W911W6-21-D-0002)
by
Combat Capabilities Development Command
for Sbir Ph Iii (MAXIMUM CEILING VALUE)
in May 2021.
The IDC
has a duration of 5 years and
was awarded
with a Small Business Total set aside
with
NAICS 541715 and
PSC AC12
via direct negotiation acquisition procedures with 1 bid received.
To date, $10,995,027 has been obligated through this vehicle.
The total ceiling is $19,900,000, of which 55% has been used.
DOD Announcements
Dec 2024:
Questek Innovations LLC,* Evanston, Illinois, was awarded a $10,000,000 modification (P00001) to contract W911W6-21-D-0002 for Ferrium steels for improved drive systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Status
(Open)
Modified 12/11/24
Period of Performance
5/4/21
Start Date
5/4/26
Ordering Period End Date
Task Order Obligations
$11.0M
Total Obligated
$11.0M
Current Award
$11.0M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W911W621D0002
$-
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 W911W621D0002
Subcontract Awards
Disclosed subcontracts for W911W621D0002
Transaction History
Modifications to W911W621D0002
People
Suggested agency contacts for W911W621D0002
Competition
Number of Bidders
1
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
Research Type
Small Business Innovation Research Program (SBIR) Phase I
Awardee UEI
JMFVWEY5KLN6
Awardee CAGE
1QVP9
Agency Detail
Awarding Office
W911W6 W6QK AATD CONTR OFF
Funding Office
W26RX3 W1DF STK REC ACCT FORT EUSTIS
Created By
laurie.a.pierce2.civ@army.mil
Last Modified By
laurie.a.pierce2.civ@army.mil
Approved By
laurie.a.pierce2.civ@army.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-09
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Janice Schakowsky
Last Modified: 12/11/24