W912CN23D0019
Indefinite Delivery Contract
Overview
Government Description
Open-end paving at various Army installations. Includes furnishing all labor, materials, equipment, management, supervision, tools, transportation, and other incidental items to perform asphaltic concrete paving repair, installation, and related work for roads and impacted sidewalks at Army installations on oahu, Hawaii. Tasks performed under this contract include repair and alteration of parking lots, roadways, access roads, entryways, and utility paving at locations such as schofield barracks, tripler Army medical center, wheeler Army air field, Fort Shafter, and pililaau Army recreational center. The contractor is also responsible for maintaining traffic safety measures including signs, lights, barricades, markers, cones, flagmen, and other protective facilities for military and public traffic.
Awardee
Awarding Agency
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
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$20,654,984 (87% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Schofield Barracks, Hawaii 96857 United States.
Amendment Since initial award the Ordering Period End Date was extended from 09/14/24 to 09/14/26.
Amendment Since initial award the Ordering Period End Date was extended from 09/14/24 to 09/14/26.
R&I Construction was awarded
Indefinite Delivery Contract W912CN23D0019 (W912CN-23-D-0019)
by
IMCOM Pacific Region
for Open-End Paving, USAG-HI (Asphaltic Concrete Paving Repair & Installation)
in July 2023.
The IDC
has a duration of 3 years 1 months and
was awarded
through solicitation Open - End Paving Repair USAG-HI
with a Small Business Total set aside
with
NAICS 237310 and
PSC Z2LB
via sealed bid acquisition procedures with 2 bids received.
To date, $17,933,968 has been obligated through this vehicle.
The total ceiling is $20,654,984, of which 87% has been used.
Status
(Open)
Modified 9/5/25
Period of Performance
7/31/23
Start Date
9/14/26
Ordering Period End Date
Task Order Obligations
$17.9M
Total Obligated
$17.9M
Current Award
$17.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W912CN23D0019
$-
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 W912CN23D0019
Subcontract Awards
Disclosed subcontracts for W912CN23D0019
Opportunity Lifecycle
Procurement history for W912CN23D0019
Transaction History
Modifications to W912CN23D0019
People
Suggested agency contacts for W912CN23D0019
Competition
Number of Bidders
2
Solicitation Procedures
Sealed Bid
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
RRL1WJTA12Q3
Awardee CAGE
5U9T2
Agency Detail
Awarding Office
W912CN 0413 AQ HQ RCO-HI
Funding Office
WX3JN3 W3RB DIR PUBLIC WORKS
Created By
mark.r.dahilig.civ@acws
Last Modified By
mark.r.dahilig.civ@acws
Approved By
mark.r.dahilig.civ@acws
Legislative
Legislative Mandates
Construction Wage Rate Requirements
None Applicable
Awardee District
HI-01
Senators
Mazie Hirono
Brian Schatz
Brian Schatz
Representative
Ed Case
Last Modified: 9/5/25