W912DY16D0028
Indefinite Delivery Contract
Overview
Government Description
ENVIRONMENTAL REMEDIATION SERVICES (ERS) FOR THE U.S.
ARMY CORPS OF ENGINEERS, OMAHA DISTRICT (CENWO)
Government Project
WORLDWIDE ENVIRONMENTAL REMEDIATION SERVICES
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$400,000,000 (9% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: South Carolina 29302 United States.
Amendment Since initial award the Ordering Period End Date was extended from 08/22/19 to 08/22/21.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 08/22/19 to 08/22/21.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Weston Solutions was awarded
Indefinite Delivery Contract W912DY16D0028 (W912DY-16-D-0028)
by
USACE Omaha District
for Environmental Remediation Services (ERS) For The U.S.
Army Corps Of Engineers, Omaha District (CENWO)
in August 2016.
The IDC
has a duration of 5 years and
was awarded
through solicitation Multiple Award Task Order Contract (MATOC) for Multiple Environmental Government Acquisition (MEGA)- Omaha
full & open
with
NAICS 562910 and
PSC F108
via direct negotiation acquisition procedures with 14 bids received.
To date, $35,444,997 has been obligated through this vehicle with a potential value of all existing task orders of $50,847,772.
The total ceiling is $400,000,000, of which 9% has been used.
As of today, the IDC has a total reported backlog of $15,402,775.
The vehicle was awarded through USACE Omaha MEGA Environmental Remediation Services (ERS) 2016.
DOD Announcements
Aug 2016:
CB&I Federal Services LLC, Baton Rouge, Louisiana (W912DY-16-D-0022); CH2M Hill Constructors Inc., Englewood, Colorado (W912DY-16-D-0023); Parsons Government Services Inc., Pasadena, California (W912DY-16-D-0024); Tetra Tech Inc., Pittsburgh, Pennsylvania (W912DY-16-D-0025); URS Group Inc., Omaha, Nebraska (W912DY-16-D-0026); Versar-Arcadia JV, Highlands Ranch, Colorado (W912DY-16-D-0027); and Weston Solutions Inc., West Chester, Pennsylvania (W912DY-16-D-0028), will share in the award of a $240,000,000 Type 1, order-dependent contract to provide environmental remediate services support for work assigned to the Army Corps of Engineers, including but not limited to, the Department of Defense Environmental Restoration Program; formerly used defense sites; military munitions response for various Department of Defense customers including conventional munitions and other munitions-related services; the Department of Defense environmental compliance program; the Environmental Support for Others Program; support to the Environmental Protection Agency, including Superfund and Brownfield programs; formerly Utilized Sites Remedial Action Program; environmental cleanup for various military and interagency and international support customers; environmental stewardship, and other environmental related regulatory programs. Bids were solicited via the Internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 21, 2019. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Status
(Complete)
Modified 7/5/23
Period of Performance
8/22/16
Start Date
8/22/21
Ordering Period End Date
Task Order Obligations and Backlog
$35.4M
Total Obligated
$35.4M
Current Award
$50.8M
Potential Award
$0.0
Funded Backlog
$15.4M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
W912DY16D0028
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W912DY16D0028
$-
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 W912DY16D0028
Subcontract Awards
Disclosed subcontracts for W912DY16D0028
Opportunity Lifecycle
Procurement history for W912DY16D0028
Transaction History
Modifications to W912DY16D0028
People
Suggested agency contacts for W912DY16D0028
Competition
Number of Bidders
14
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
Z4XGALW7L9K6
Awardee CAGE
2M222
Agency Detail
Awarding Office
W9128F W071 ENDIST OMAHA
Funding Office
W9128F W071 ENDIST OMAHA
Created By
lisa.a.sirois@usace.army.mil
Last Modified By
rafael.monge.w912dy@sa2100
Approved By
lisa.a.sirois@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
PA-06
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
Chrissy Houlahan
Last Modified: 7/5/23