W9128F25D0008
Indefinite Delivery Contract
Overview
Government Description
MATOC for architect-engineer services to primarily support the USACE value engineering program in the omaha district, Although It May Be Used by Other Districts Within the Northwestern Division (NWD) Area of Responsibility (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
Vehicle Ceiling
$20,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Omaha, Nebraska 68102 United States.
Value Management Strategies was awarded
Indefinite Delivery Contract W9128F25D0008 (W9128F-25-D-0008)
by
USACE Omaha District
in January 2025.
The IDC
has a duration of 7 years and
was awarded
through solicitation $20M SB Value Engineering A-E Services MATOC - USACE
with a Small Business Total set aside
with
NAICS 541330 and
PSC C219
via architect-engineer FAR 6.102 acquisition procedures with 7 bids received.
To date, $288,970 has been obligated through this vehicle.
The total ceiling is $20,000,000, of which 1% has been used.
DOD Announcements
Jan 2025:
Adams & Associates LLC,* Fort Collins, Colorado (W9128F-25-D-0005); RHA LLC,* Glendale, Arizona (W9128F-24-D-0006); Strategic Value Solutions,* Lee Summit, Missouri (W9128F-25-D-0007); and Value Management Strategies,* Escondido, California (W9128F-25-D-0008); will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer 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 Jan. 2, 2032. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.
Status
(Open)
Modified 2/24/26
Period of Performance
1/6/25
Start Date
1/2/32
Ordering Period End Date
Task Order Obligations
$289.0K
Total Obligated
$289.0K
Current Award
$289.0K
Potential Award
Federal Award Analysis
Historical federal task order obligations under W9128F25D0008
$-
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 W9128F25D0008
Subcontract Awards
Disclosed subcontracts for W9128F25D0008
Opportunity Lifecycle
Procurement history for W9128F25D0008
Transaction History
Modifications to W9128F25D0008
People
Suggested agency contacts for W9128F25D0008
Competition
Number of Bidders
7
Solicitation Procedures
Architect-Engineer FAR 6.102
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
MS28RKSQ8QN9
Awardee CAGE
06MF0
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
robert.j.perkins.w9128f@sa2100.army.mil
Approved By
jeffrey.w.wyant@usace.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
CA-50
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Scott Peters
Last Modified: 2/24/26