Search IDVs

W9124725D9000

Indefinite Delivery Contract

Overview

Government Description
Post-wide custodial services provided throughout the facility. Includes routine cleaning, maintenance, and one-day reimbursable/direct custodial services as needed. Services are performed across various months, ensuring consistent upkeep of all designated areas.
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$12,386,689 (87% Used)
Related Opportunity
W9124725R0011
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Bragg, North Carolina 28310 United States.
AbilityOne This IDC was awarded to an AbilityOne contractor and this and future purchases may give purchase priority to AbilityOne contractors under FAR subparts 8.7 and 8.603.
Sole Source This IDC was awarded sole source to Chimes District Of Columbia because the government was authorized to sole source the contract by statute.
Amendment Since initial award the Ordering Period End Date was extended from 12/31/25 to 03/31/26.
Chimes District Of Columbia was awarded Indefinite Delivery Contract W9124725D9000 (W91247-25-D-9000) by IMCOM Southeast Region in December 2025. The IDC has a duration of 1 year 2 months and was awarded full & open with NAICS 561720 and PSC S201 via sole source acquisition procedures with 1 bid received. To date, $10,922,344 has been obligated through this vehicle. The total ceiling is $12,386,689, of which 87% has been used. As of today, the IDC has a total reported backlog of $167,459 and funded backlog of $167,459.

Status
(Open)

Modified 12/17/25
Period of Performance
12/31/24
Start Date
3/31/26
Ordering Period End Date
100.0% Complete

Task Order Obligations and Backlog
$10.8M
Total Obligated
$10.9M
Current Award
$10.9M
Potential Award
98% Funded
$167.5K
Funded Backlog
$167.5K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9124725D9000

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9124725D9000

$-

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 W9124725D9000

Subcontract Awards

Disclosed subcontracts for W9124725D9000

Transaction History

Modifications to W9124725D9000

People

Suggested agency contacts for W9124725D9000

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
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
NUCDU5ULPDF7
Awardee CAGE
1E7W1
Agency Detail
Awarding Office
W91247 W6QM MICC FDO FT BRAGG
Funding Office
W36B5K W0U3 USAG FT BRAGG
Created By
linda.f.mclean.civ@acws
Last Modified By
linda.f.mclean.civ@acws
Approved By
linda.f.mclean.civ@acws

Legislative

Legislative Mandates
Labor Standards
Awardee District
MD-07
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Kweisi Mfume
Last Modified: 12/17/25