Search IDVs

W9124J20D0032

Indefinite Delivery Contract

Overview

Government Description
SUPPORT BASE SERVICES (SBS)
Pricing
Cost Plus Fixed Fee
Set Aside
Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$829,000,000
Vehicle Ceiling
$829,000,000 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Texas 76544 United States.
Forecast Listed as the incumbent in contract forecast Ft. Cavazos: SBS ReARMM.
The Logisticsorporated was awarded Indefinite Delivery Contract W9124J20D0032 (W9124J-20-D-0032) by IMCOM Headquarters for Support Base Services (SBS) in September 2020. The IDC has a duration of 10 years and was awarded through solicitation Support Base Services (SBS) with a Service Disabled Veteran Owned Small Business set aside with NAICS 561210 and PSC R499 via direct negotiation acquisition procedures with 27 bids received. To date, $21,608,478 has been obligated through this vehicle with a potential value of all existing task orders of $45,020,152. The total ceiling is $829,000,000, of which 2% has been used. As of today, the IDC has a total reported backlog of $25,228,444 and funded backlog of $1,816,770. The vehicle was awarded through Support Base Services (SBS).

DOD Announcements

Sep 2020: ASIRTek Federal Services LLC,* San Antonio, Texas (W9124J-20-D-0019); Bacik Group,* Pelham, Alabama (W9124J-20-D-0020); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W9124J-20-D-0021); Decision Point GAP Solutions JV LLC,* Gaithersburg, Tennessee (W9124J-20-D-0022); FITT Scientific LLC,* Colonial Heights, Virginia (W9124J-20-D-0023); Government & Defense Support Services LLC,* Tyrone, Georgia (W9124J-20-D-0024); Hager Development Group LLC,* Virginia Beach, Virginia (W9124J-20-D-0025); Innovative Reasoning LLC,* Orlando, Florida (W9124J-20-D-0026); IntellecTechs Inc.,* Virginia Beach, Virginia (W9124J-20-D-0027); International Service Contractors,* Winter Garden, Florida (W9124J-20-D-0028); Milvets Systems Technology Inc.,* Orlando, Florida (W9124J-20-D-0029); Offset Systems Group LLC,* Huntsville, Alabama (W9124J-20-D-0030); Red River Science & Technology LLC,* Lawton, Oklahoma (W9124J-20-D-0031); The Logistics Co. Inc.,* Fayetteville, North Carolina (W9124J-20-D-0032); Vali Inc.,* Brownsboro, Alabama (W9124J-20-D-0033); and Veritiss LLC,* Reston, Virginia (W9124J-20-D-0034), will compete for each order of the $414,500,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to provide garrison augmentation support services in support of mobilization/demobilization and deployment/redeployment activities at multiple Army garrisons in the continental U.S., Alaska, Hawaii and Puerto Rico.  Bids were solicited via the internet with 27 received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2030.  The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity.

Status
(Open)

Modified 9/28/20
Period of Performance
9/28/20
Start Date
9/27/30
Ordering Period End Date
46.0% Complete

Task Order Obligations and Backlog
$19.8M
Total Obligated
$21.6M
Current Award
$45.0M
Potential Award
44% Funded
$1.8M
Funded Backlog
$25.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9124J20D0032

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9124J20D0032

$-

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 W9124J20D0032

Subcontract Awards

Disclosed subcontracts for W9124J20D0032

Opportunity Lifecycle

Procurement history for W9124J20D0032

Transaction History

Modifications to W9124J20D0032

People

Suggested agency contacts for W9124J20D0032

Competition

Number of Bidders
27
Solicitation Procedures
Negotiated Proposal/Quote
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
W8B9MH2D8JC8
Awardee CAGE
08WN5
Agency Detail
Awarding Office
W9124J W6QM MICC-FDO FT SAM HOUSTON
Funding Office
W91FGC W6BD USA INSTLLATION MGT CMD
Created By
steven.c.stone2.civ@mail.mil
Last Modified By
stephen.d.noethen.civ@army.mil
Approved By
stephen.d.noethen.civ@army.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
NC-08
Senators
Thom Tillis
Ted Budd
Representative
Dan Bishop

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Army (021-2020) Department of Defense-Military Other services from non-Federal sources (25.2) $2,725,469 70%
Operation and Maintenance, Army (021-2020) Department of Defense-Military Medical care (25.6) $1,147,119 30%
Last Modified: 9/28/20