Search IDVs

W9128F23D0009

Indefinite Delivery Contract

Overview

Government Description
Base Period - Afp Sb MATOC (4 YEARS)
Awardee
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
$99,000,000
Vehicle Ceiling
$99,000,000 (11% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Colorado Springs, Colorado 80913 United States.
Head was awarded Indefinite Delivery Contract W9128F23D0009 (W9128F-23-D-0009) by USACE Omaha District in December 2022. The IDC has a duration of 7 years 1 months and was awarded through solicitation Solicitation Notice W9128F22R0016 - $99M Small Business (SB) Airfield Paving (AFP) Multiple Award Task Order Contract (MATOC) with a Small Business Total set aside with NAICS 237310 and PSC Y1BD via two step acquisition procedures with 6 bids received. To date, $10,861,567 has been obligated through this vehicle with a potential value of all existing task orders of $14,799,473. The total ceiling is $99,000,000, of which 11% has been used. As of today, the IDC has a total reported backlog of $3,937,906.

DOD Announcements

Jan 2023: Head Inc.,* Columbus, Ohio (W9128F-23-D-0009); MRM Construction Services Inc.,* Phoenix, Arizona (W9128F-23-D-0010); AHTNA-SWCP JV,* Irvine, California (W9128F-23-D-0011); and Southern-RC-JV-01 LLC,* Newbern, Tennessee (W9128F-23-D-0012), will compete for each order of the $99,000,000 firm-fixed-price contract for airfield paving design-bid-build and design-build construction projects. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 9, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.
Husman Environmental & Construction LLC & RC Construction Co Inc. A JV,* Jackson, Mississippi (W912HN-23-D-3000); Relyant Global LLC,* Maryville, Tennessee (W912HN-23-D-3001); and Summers Concrete Contracting Inc., Hahira, Georgia (W912HN-23-D-3002), will compete for each order of the $45,000,000 firm-fixed-price contract for airfield maintenance and construction task orders. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 9, 2028. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.
Trade West Construction Inc.,* Mesquite, Nevada, was awarded a $7,850,000 firm-fixed-price contract for the repair of the Moss Landing north and south jetties, the replacement of two danger signs, two project signs, two aids to navigation and removal of timber piles. Bids were solicited via the internet with three received. Work will be performed in Moss Landing, California, with an estimated completion date of Sept. 17, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $7,850,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-23-C-0004).

Status
(Open)

Modified 5/29/25
Period of Performance
12/11/22
Start Date
1/9/30
Ordering Period End Date
47.0% Complete

Task Order Obligations and Backlog
$10.9M
Total Obligated
$10.9M
Current Award
$14.8M
Potential Award
73% Funded
$0.0
Funded Backlog
$3.9M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9128F23D0009

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9128F23D0009

$-

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 W9128F23D0009

Subcontract Awards

Disclosed subcontracts for W9128F23D0009

Opportunity Lifecycle

Procurement history for W9128F23D0009

Transaction History

Modifications to W9128F23D0009

People

Suggested agency contacts for W9128F23D0009

Competition

Number of Bidders
6
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
U6SSD32NGXH4
Awardee CAGE
0CHP1
Agency Detail
Awarding Office
W9128F W071 ENDIST OMAHA
Funding Office
W9128F W071 ENDIST OMAHA
Created By
melanie.caines@usace.army.mil
Last Modified By
robert.j.perkins.w9128f@sa2100.army.mil
Approved By
melanie.caines@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
OH-03
Senators
Sherrod Brown
J.D. (James) Vance
Representative
Joyce Beatty
Last Modified: 5/29/25