W9128F20D0012
Indefinite Delivery Contract
Overview
Government Description
FSRM MILITARY AND CIVIL OMAHA AOR
Awardee
Awarding / Funding Agency
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
Individual Order Limit
$25,000,000
Vehicle Ceiling
$225,000,000 (15% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Colorado Springs, Colorado 80913 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: $99M Service Disabled Veteran Owned Small Business (SDVOSB) Facilities Sustainment, Restoration and Modernization (FSRM), Design-Build (D-B)/Design-Bid-Build (D-B-B) Multiple Award Task Order Contract (MATOC)
Amendment Since initial award the Ordering Period End Date was extended from 10/08/24 to 04/09/25.
Recompete The following similar solicitation(s) may continue aspects of this idv: $99M Service Disabled Veteran Owned Small Business (SDVOSB) Facilities Sustainment, Restoration and Modernization (FSRM), Design-Build (D-B)/Design-Bid-Build (D-B-B) Multiple Award Task Order Contract (MATOC)
Amendment Since initial award the Ordering Period End Date was extended from 10/08/24 to 04/09/25.
RM Builders JV was awarded
Indefinite Delivery Contract W9128F20D0012 (W9128F-20-D-0012)
by
USACE Omaha District
for Fsrm Military And Civil Omaha Aor
in October 2019.
The IDC
has a duration of 5 years 6 months and
was awarded
through solicitation Small Business Multiple Award Task Order Contract (MATOC) for Design-Build/Design-Bid-Build in Support of Facilities Sustainment, Restoration, and Modernization (FSRM)
with a Small Business Total set aside
with
NAICS 236220 and
PSC Y1EZ
via two step acquisition procedures with 35 bids received.
To date, $33,830,259 has been obligated through this vehicle with a potential value of all existing task orders of $34,536,441.
The total ceiling is $225,000,000, of which 15% has been used.
As of today, the IDC has a total reported backlog of $706,182.
The vehicle was awarded through USACE Omaha Facilities Sustainment, Restoration, and Modernization (FSRM).
DOD Announcements
Oct 2019:
Arrowhead Contracting Inc.,* Lenexa, Kansas (W9128F-20-D-0001), Bristol Construction Services LLC,* Anchorage, Alaska (W9128F-20-D-0009), Ashford Leebcor Enterprises II LLC,* Williamsburg, Virginia (W9128F-20-D-0010), Gideon Contracting LLC,* San Antonio, Texas (W9128F-20-D-0011), RM Builders JV,* Alamogordo, New Mexico (W9128F-20-D-0012), Trusted Construction and Facility Support,* Chevy Chase, Maryland (W9128F-20-D-0013), and HHI Corp.,* Ogden, Utah (W9128F-20-D-0014), will compete for each order of the $225,000,000 firm-fixed-price contract for demolition, hazardous and toxic waste remediation, disposal services, facilities sustainment, restoration and modernization design-build and design-bid-build projects. Bids were solicited via the internet with 35 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 8, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.
Status
(Complete)
Modified 8/21/24
Period of Performance
10/8/19
Start Date
4/9/25
Ordering Period End Date
Task Order Obligations and Backlog
$33.8M
Total Obligated
$33.8M
Current Award
$34.5M
Potential Award
$0.0
Funded Backlog
$706.2K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
W9128F20D0012
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W9128F20D0012
$-
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 W9128F20D0012
Subcontract Awards
Disclosed subcontracts for W9128F20D0012
Opportunity Lifecycle
Procurement history for W9128F20D0012
Transaction History
Modifications to W9128F20D0012
People
Suggested agency contacts for W9128F20D0012
Competition
Number of Bidders
35
Solicitation Procedures
Two Step
Evaluated Preference
None
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
EB1RKHN9G686
Awardee CAGE
82JH3
Agency Detail
Awarding Office
W9128F W071 ENDIST OMAHA
Funding Office
W9128F W071 ENDIST OMAHA
Created By
monica.a.mckensey@usace.army.mil
Last Modified By
monica.a.mckensey@usace.army.mil
Approved By
monica.a.mckensey@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
NM-02
Senators
Martin Heinrich
Ben Luján
Ben Luján
Representative
Gabriel (Gabe) Vasquez
Last Modified: 8/21/24