Search IDVs

W9124L23D0007

Indefinite Delivery Contract

Overview

Government Description
BULK LAUNDRY SINGLE AWARD INDEFINITE DELIVERY INDEFINITE QUANTITY
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$9,576,658 (37% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Sill, Oklahoma 73503 United States.
Amendment Since initial award the Vehicle Ceiling has increased 1% from $9,481,840 to $9,576,659.
Robertson & Penn was awarded Indefinite Delivery Contract W9124L23D0007 (W9124L-23-D-0007) by IMCOM Southwest Region for Bulk Laundry Single Award Indefinite Delivery Indefinite Quantity in July 2023. The IDC has a duration of 5 years and was awarded through solicitation Bulk Laundry Fort Sill, Oklahoma with a Small Business Total set aside with NAICS 812332 and PSC S209 via sealed bid acquisition procedures with 7 bids received. To date, $5,146,630 has been obligated through this vehicle. The total ceiling is $9,576,658, of which 37% has been used. As of today, the IDC has a total reported backlog of $1,577,299 and funded backlog of $1,577,299.

DOD Announcements

Jun 2023: Robertson & Penn Inc.,* Chickasha, Oklahoma, was awarded a $9,481,840 firm-fixed-price contract for bulk laundry services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2028. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124L-23-D-0007).

Status
(Open)

Modified 7/22/25
Period of Performance
7/31/23
Start Date
7/31/28
Ordering Period End Date
45.0% Complete

Task Order Obligations and Backlog
$3.6M
Total Obligated
$5.1M
Current Award
$5.1M
Potential Award
69% Funded
$1.6M
Funded Backlog
$1.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9124L23D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9124L23D0007

$-

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 W9124L23D0007

Subcontract Awards

Disclosed subcontracts for W9124L23D0007

Opportunity Lifecycle

Procurement history for W9124L23D0007

Transaction History

Modifications to W9124L23D0007

People

Suggested agency contacts for W9124L23D0007

Competition

Number of Bidders
7
Solicitation Procedures
Sealed Bid
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
JK9HMDBQULF6
Awardee CAGE
1DL71
Agency Detail
Awarding Office
W9124L W6QM MICC-FT SILL
Funding Office
W44DQ7 W6CS DPW PROPERTY ACCT
Created By
austin.b.turner10.civ@acws
Last Modified By
austin.b.turner10.civ@acws
Approved By
austin.b.turner10.civ@acws

Legislative

Legislative Mandates
Labor Standards
Awardee District
MO-08
Senators
Joshua Hawley
Eric Schmitt
Representative
Jason Smith
Last Modified: 7/22/25