Search IDVs

W9123824D0001

Indefinite Delivery Contract

Overview

Government Description
Environmental remediation services with emphasis on pfas. Includes remedial action scoping support for the carson river mercury superfund site in Storey, Lyon, And Carson City Counties, Nevada, As Well As Camu Repair and Additional Remediation Tasks at The Sacramento Army Depot (SAAD).
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
$49,900,000
Vehicle Ceiling
$49,900,000 (>100% Used)
Related Opportunity
W9123823R0059
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hawthorne, Nevada 89415 United States.
Sole Source This IDC was awarded sole source to Tehama Technical Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Ceiling Exceeded Total obligated funds of $51,055,947 has exceeded the reported contract ceiling of $49,900,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Tehama Technical Services was awarded Indefinite Delivery Contract W9123824D0001 (W91238-24-D-0001) by USACE Sacramento District for Environmental Remediation Services With Emphasis On PFAS in November 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 F108 via sole source acquisition procedures with 1 bid received. To date, $51,055,947 has been obligated through this vehicle with a potential value of all existing task orders of $58,998,420. The total ceiling is $49,900,000, of which 101% has been used. As of today, the IDC has a total reported backlog of $7,942,473.

Status
(Open)

Modified 12/5/23
Period of Performance
11/29/23
Start Date
11/29/28
Ordering Period End Date
46.0% Complete

Task Order Obligations and Backlog
$51.1M
Total Obligated
$51.1M
Current Award
$59.0M
Potential Award
87% Funded
$0.0
Funded Backlog
$7.9M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9123824D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9123824D0001

$-

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 W9123824D0001

Subcontract Awards

Disclosed subcontracts for W9123824D0001

Transaction History

Modifications to W9123824D0001

People

Suggested agency contacts for W9123824D0001

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
KC4ACZE5GEX5
Awardee CAGE
8DKA8
Agency Detail
Awarding Office
W91238 W075 ENDIST SACRAMENTO
Funding Office
W91238 W075 ENDIST SACRAMENTO
Created By
natalia.gomez@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
MO-05
Senators
Joshua Hawley
Eric Schmitt
Representative
Emanuel Cleaver
Last Modified: 12/5/23