Search IDVs

W9123823D0022

Indefinite Delivery Contract

Overview

Government Description
ENVIRONMENTAL REMEDIATION SERVICES FOR EDWARDS AFB
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$61,876,000
Vehicle Ceiling
$61,876,000 (73% Used)
Related Opportunity
W9123823R0043
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Edwards, California 93524 United States.
Sole Source This IDC was awarded sole source to Sustainment & Restoration Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent Sustainment & Restoration Services is listed as graduating from the 8(a) program in February 2024, which may limit its ability to recompete.
Amendment Since initial award the Vehicle Ceiling has increased 24% from $49,900,000 to $61,876,000.
Sustainment & Restoration Services was awarded Indefinite Delivery Contract W9123823D0022 (W91238-23-D-0022) by USACE Sacramento District for Environmental Remediation Services For Edwards Afb in September 2023. The IDC has a duration of 5 years and was awarded with a 8(a) Sole Source set aside with NAICS 562910 and PSC F999 via sole source acquisition procedures with 1 bid received. To date, $44,960,561 has been obligated through this vehicle with a potential value of all existing task orders of $48,010,144. The total ceiling is $61,876,000, of which 73% has been used. As of today, the IDC has a total reported backlog of $3,049,583.

Status
(Open)

Modified 3/12/25
Period of Performance
9/7/23
Start Date
9/7/28
Ordering Period End Date
39.0% Complete

Task Order Obligations and Backlog
$45.0M
Total Obligated
$45.0M
Current Award
$48.0M
Potential Award
94% Funded
$0.0
Funded Backlog
$3.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9123823D0022

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9123823D0022

$-

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 W9123823D0022

Subcontract Awards

Disclosed subcontracts for W9123823D0022

Transaction History

Modifications to W9123823D0022

People

Suggested agency contacts for W9123823D0022

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Awardee UEI
JJM5BPY5NUK1
Awardee CAGE
6VBP0
Agency Detail
Awarding Office
W91238 W075 ENDIST SACRAMENTO
Funding Office
W91238 W075 ENDIST SACRAMENTO
Created By
michelle.a.spence@usace.army.mil
Last Modified By
dennis.wagner.w91238@us.army.mil
Approved By
michelle.a.spence@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
WI-04
Senators
Tammy Baldwin
Ron Johnson
Representative
Gwen Moore
Last Modified: 3/12/25