Search IDVs

W9123822D0021

Indefinite Delivery Contract

Overview

Government Description
LANDSCAPING SERVICES - ORDERING PERIOD 1
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Partial (SBP)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$49,900,000 (10% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Stockton, California 95202 United States.
C.T.L. Forest Management was awarded Indefinite Delivery Contract W9123822D0021 (W91238-22-D-0021) by USACE Sacramento District for Landscaping Services - Ordering Period 1 in September 2022. The IDC has a duration of 5 years and was awarded through solicitation Tree Mitigation and Vegetation Clearing MATOC with a Small Business Partial set aside with NAICS 561730 and PSC S208 via direct negotiation acquisition procedures with 10 bids received. To date, $4,963,682 has been obligated through this vehicle with a potential value of all existing task orders of $8,175,864. The total ceiling is $49,900,000, of which 10% has been used. As of today, the IDC has a total reported backlog of $3,212,182. The vehicle was awarded through USACE SPK Tree Mitigation and Vegetation Clearing.

DOD Announcements

Sep 2022: C.T.L. Forest Management Inc.,* Diamond Springs, California (W91238-22-D-0021); Landology Inc.,* Roseville, California (W91238-22-D-0022); HGS LLC,* Warrenton, Virginia (W91238-22-D-0023); and Forgen LLC, Rocklin, California (W91238-22-D-0024), will compete for each order of the $49,900,000 firm-fixed-price contract for tree mitigation and vegetation clearing. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2027. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Status
(Open)

Modified 8/28/24
Period of Performance
9/18/22
Start Date
9/29/27
Ordering Period End Date
53.0% Complete

Task Order Obligations and Backlog
$5.0M
Total Obligated
$5.0M
Current Award
$8.2M
Potential Award
61% Funded
$0.0
Funded Backlog
$3.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9123822D0021

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9123822D0021

$-

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 W9123822D0021

Subcontract Awards

Disclosed subcontracts for W9123822D0021

Opportunity Lifecycle

Procurement history for W9123822D0021

Transaction History

Modifications to W9123822D0021

People

Suggested agency contacts for W9123822D0021

Competition

Number of Bidders
10
Solicitation Procedures
Negotiated Proposal/Quote
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
GD1DTV6KL1Z3
Awardee CAGE
3SZP9
Agency Detail
Awarding Office
W91238 W075 ENDIST SACRAMENTO
Funding Office
W91238 W075 ENDIST SACRAMENTO
Created By
deanna.l.mannel@usace.army.mil
Last Modified By
deanna.l.mannel@usace.army.mil
Approved By
deanna.l.mannel@usace.army.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
CA-05
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Tom McClintock
Last Modified: 8/28/24