W9124D24D0007
Indefinite Delivery Contract
Overview
Government Description
Meps Applicant Management Services
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$15,000,000
Vehicle Ceiling
$181,011,645 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Plainsboro, New Jersey 8536 United States.
Forecast Listed as the incumbent in contract forecast 6th-Chicago-AMS-New.
Forecast Listed as the incumbent in contract forecast 6th-Chicago-AMS-New.
Liberty Lodging Co was awarded
Indefinite Delivery Contract W9124D24D0007 (W9124D-24-D-0007)
by
the AHQ Office of the Secretary
in June 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation MEPS Applicant Management Services
full & open
with
NAICS 561110 and
PSC R408
via direct negotiation acquisition procedures with 14 bids received.
To date, $13,437,982 has been obligated through this vehicle with a potential value of all existing task orders of $31,489,419.
The total ceiling is $181,011,645, of which 1% has been used.
As of today, the IDC has a total reported backlog of $30,341,228 and funded backlog of $12,289,791.
The vehicle was awarded through MEPS Applicant Management Services.
DOD Announcements
Jun 2024:
Command Management Services Inc., Portland, Oregon (W9124D-24-D-0003); Amentum Services Inc., Chantilly, Virginia (W9124D-24-D-0004); Empire Hospitality LLC, Vancouver, Washington (W9124D-24-D-0005); TechTrans International, Houston, Texas (W9124D-24-D-0006); Liberty Lodging Co. LLC,* Rocklin, California (W9124D-24-D-0007); and Bellator Group Inc.,* Leesburg, Virginia (W9124D-24-D-0008), will compete for each order of the $82,008,668 firm-fixed-price contract for meals, lodging and transportation services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of June 2, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity.
Status
(Open)
Modified 10/24/24
Period of Performance
6/30/24
Start Date
6/30/29
Ordering Period End Date
Task Order Obligations and Backlog
$1.1M
Total Obligated
$13.4M
Current Award
$31.5M
Potential Award
$12.3M
Funded Backlog
$30.3M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
W9124D24D0007
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W9124D24D0007
$-
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 W9124D24D0007
Subcontract Awards
Disclosed subcontracts for W9124D24D0007
Opportunity Lifecycle
Procurement history for W9124D24D0007
Transaction History
Modifications to W9124D24D0007
People
Suggested agency contacts for W9124D24D0007
Competition
Number of Bidders
14
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
KP72BME9ACB7
Awardee CAGE
73A65
Agency Detail
Awarding Office
W9124D W6QM MICC-FT KNOX
Funding Office
W52BKS W37N HQ US MEPCOM
Created By
tracy.a.andres.civ@army.mil
Last Modified By
tracy.a.andres.civ@army.mil
Approved By
tracy.a.andres.civ@army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
CA-03
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Kevin Kiley
Last Modified: 10/24/24