W9128F25D0004
Indefinite Delivery Contract
Overview
Government Description
$49M FSRM fuels 8(A) DB/DBB SATOC (3-YR base period) and one (1) 2 year option. This contract consolidates requirements related to Facility Sustainment, Restoration, And Modernization (FSRM) for fuels infrastructure under a Single Award Task Order Contract (SATOC) utilizing both Design-Build (DB) and Design-Bid-Build (DBB) methods.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$49,000,000 (7% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Belvoir, Virginia 22060 United States.
Sole Source This IDC was awarded sole source to SES Energy Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent SES Energy Services is listed as graduating from the 8(a) program in December 2027, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to SES Energy Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent SES Energy Services is listed as graduating from the 8(a) program in December 2027, which may limit its ability to recompete.
SES Energy Services was awarded
Indefinite Delivery Contract W9128F25D0004 (W9128F-25-D-0004)
by
USACE Omaha District
for FSRM Fuels 8(A) DB/DBB SATOC
in December 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation Consolidation Memo - FSRM Fuels 8(a) Sole Source SATOC
with a 8(a) Sole Source set aside
with
NAICS 237120 and
PSC Y1GC
via sole source acquisition procedures with 1 bid received.
To date, $3,598,745 has been obligated through this vehicle.
The total ceiling is $49,000,000, of which 7% has been used.
Status
(Open)
Modified 5/27/25
Period of Performance
12/9/24
Start Date
12/9/29
Ordering Period End Date
Task Order Obligations
$3.6M
Total Obligated
$3.6M
Current Award
$3.6M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W9128F25D0004
$-
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 W9128F25D0004
Subcontract Awards
Disclosed subcontracts for W9128F25D0004
Opportunity Lifecycle
Procurement history for W9128F25D0004
Transaction History
Modifications to W9128F25D0004
People
Suggested agency contacts for W9128F25D0004
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
W4A9LWN5MCG4
Awardee CAGE
7EFA2
Agency Detail
Awarding Office
W9128F W071 ENDIST OMAHA
Funding Office
W59XQG W071 ENDIST OMAHA
Created By
jeffrey.w.wyant@usace.army.mil
Last Modified By
jeffrey.w.wyant@usace.army.mil
Approved By
jeffrey.w.wyant@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
TN-02
Senators
Marsha Blackburn
Bill Hagerty
Bill Hagerty
Representative
Tim Burchett
Last Modified: 5/27/25