Search IDVs

W9128F18D0026

Indefinite Delivery Contract

Overview

Government Description
- $200M SMALL BUSINESS (SB) MEGA ENVIRONMENTAL REMEDIATION SERVICES (ERS) WITH MILITARY MUNITIONS RESPONSE PROGRAM (MMRP) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$200,000,000 (38% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Randolph Afb, Texas 78150 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: Pre-Solicitation Notice_ W9128F24R0012 - $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business Set-Aside, $49M Small Business Environmental Remediation Services SATOC - East, Operational Range Assessment Program (ORAP)/Military Munitions Response Program (MMRP)
Amendment Since initial award the Ordering Period End Date was extended from 05/22/23 to 11/22/23.
EA Engineering Science, And Technology, PBC was awarded Indefinite Delivery Contract W9128F18D0026 (W9128F-18-D-0026) by USACE Omaha District for - $200M Small Business (SB) Mega Environmental Remediation Services (ERS) With Military Munitions Response Program (MMRP) Multiple Award Task Order Contract (MATOC) in May 2018. The IDC has a duration of 5 years 6 months and was awarded through solicitation $200M Small Business (SB) Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) with a Small Business Total set aside with NAICS 562910 and PSC F999 via direct negotiation acquisition procedures with 18 bids received. To date, $75,800,356 has been obligated through this vehicle with a potential value of all existing task orders of $101,218,416. The total ceiling is $200,000,000, of which 38% has been used. As of today, the IDC has a total reported backlog of $25,418,060. The vehicle was awarded through Environmental Remediation Services Military Munitions Response Program (ERS MMRP) - SBA.

DOD Announcements

May 2018: GSINA - Gilbane JV LLC,* Flemington, New Jersey (W9128F-18-D-0025); EA Engineering, Science and Technology Inc.,* Hunt Valley, Maryland (W9128F-18-D-0026); HydroGeoLogic Inc.,* Reston, Virginia (W9128F-18-D-0027); Cape Environmental Management Inc.,* Norcross, Georgia (W9128F-18-D-0028); and TLI - Bay West Joint Venture LLC,* St. Paul, Minnesota (W9128F-18-D-0029), will compete for each order of the $200,000,000 hybrid (cost and firm-fixed-price) contract for Environmental Remediation Services and Military Munitions Response Program. Bids were solicited via the Internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2023. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Status
(Complete)

Modified 9/13/23
Period of Performance
5/22/18
Start Date
11/22/23
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$75.8M
Total Obligated
$75.8M
Current Award
$101.2M
Potential Award
75% Funded
$0.0
Funded Backlog
$25.4M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9128F18D0026

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9128F18D0026

$-

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 W9128F18D0026

Subcontract Awards

Disclosed subcontracts for W9128F18D0026

Opportunity Lifecycle

Procurement history for W9128F18D0026

Transaction History

Modifications to W9128F18D0026

People

Suggested agency contacts for W9128F18D0026

Competition

Number of Bidders
18
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
LEEMJD9WKDC9
Awardee CAGE
7V713
Agency Detail
Awarding Office
W9128F W071 ENDIST OMAHA
Funding Office
W9128F W071 ENDIST OMAHA
Created By
lisa.a.sirois@usace.army.mil
Last Modified By
lisa.a.sirois@usace.army.mil
Approved By
lisa.a.sirois@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards
Awardee District
MD-02
Senators
Benjamin Cardin
Chris Van Hollen
Representative
C. Ruppersberger
Last Modified: 9/13/23