W9123825DA007
Indefinite Delivery Contract
Overview
Government Description
ENVIRONMENTAL REMEDIATION SERVICES - UTTR PERFORMANCE WORK STATEMENT W9123825RA005 21 MARCH 2025
SOLICITATION NUMBER IS W9123825R0003, DUE TO THE NEW CONTRACTING WRITING SYSTEM W9123825RA005 WILL BE USED INTERCHANGEABLY.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
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
$3,000
Vehicle Ceiling
$75,000,000 (0% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hill Afb, Utah 84056 United States.
Sole Source This IDC was awarded sole source to FPM Remediations because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent FPM Remediations is listed as graduating from the 8(a) program in April 2029, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to FPM Remediations because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent FPM Remediations is listed as graduating from the 8(a) program in April 2029, which may limit its ability to recompete.
FPM Remediations was awarded
Indefinite Delivery Contract W9123825DA007 (W91238-25-D-A007)
by
AFLCMC Hill AFB
in April 2025.
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, $73,616 has been obligated through this vehicle with a potential value of all existing task orders of $394,765.
The total ceiling is $75,000,000, of which 0% has been used.
As of today, the IDC has a total reported backlog of $321,148.
Status
(Open)
Modified 4/11/25
Period of Performance
4/10/25
Start Date
4/10/30
Ordering Period End Date
Task Order Obligations and Backlog
$73.6K
Total Obligated
$73.6K
Current Award
$394.8K
Potential Award
$0.0
Funded Backlog
$321.1K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W9123825DA007
$-
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 W9123825DA007
Subcontract Awards
Disclosed subcontracts for W9123825DA007
Transaction History
Modifications to W9123825DA007
People
Suggested agency contacts for W9123825DA007
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
UFDQZ3V1Q477
Awardee CAGE
3LNB7
Agency Detail
Awarding Office
W91238 W075 ENDIST SACRAMENTO
Funding Office
FA8210 FA8210 AFLCMC HBZK
Created By
natalia.gomez@usace.army.mil
Last Modified By
michelle.a.spence@usace.army.mil
Approved By
michelle.a.spence@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
NY-22
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Brandon Williams
Last Modified: 4/11/25