W912DY22D0057
Indefinite Delivery Contract
Overview
Government Description
Frr MATOC provide quick response for facility repair, renovation, conversion, alteration, additions, construction, equipment procurement/installation, and maintenance services on installed equipment/systems at government installations and facilities.
Government Project
FACILITIES REPAIR AND RENEWAL
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$450,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Reston, Virginia 20191 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Fluor Federal Solutions was awarded
Indefinite Delivery Contract W912DY22D0057 (W912DY-22-D-0057)
by
Engineering Support Center Huntsville
in April 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation W912DY23Q0097 NAVSTA Great Lakes bldgs. 7105 7116
full & open
with
NAICS 236220 and
PSC Y1JZ
via two step acquisition procedures with 80 bids received.
To date, $2,000 has been obligated through this vehicle.
The total ceiling is $450,000,000, of which 0% has been used.
The vehicle was awarded through USACE Facility Repair & Renewal (FRR).
DOD Announcements
Apr 2022:
Addon Services LLC,* Warren, Michigan (W912DY-22-D-0045); Ahtna Infrastructure and Technologies LLC,* Anchorage, Alaska (W912DY-22-D-0046); Reliance Construction Management Co.,* Wake Forest, North Carolina (W912DY-22-D-0047); Silver Mountain Weston JV LLC,* Idaho Falls, Idaho (W912DY-22-D-0048); Bhate Environmental Associates Inc.,* Birmingham, Alabama (W912DY-22-D-0049); CMS Corp.,* Bargersville, Indiana (W912DY-22-D-0050); GSINA-Pacific JV LLC,* Flemington, New Jersey (W912DY-22-D-0051); Magna JV,* Leesburg, Virginia (W912DY-22-D-0052); MVL USA Inc.,* Lansing, Michigan (W912DY-22-D-0053); Sea Pac Engineering Inc.,* Los Angeles, California (W912DY-22-D-0054); Southeastern Industrial Barlovento JV,* Destin, Florida (W912DY-22-D-0055); Environmental Chemical Corp., Burlingame, California (W912DY-22-D-0056); Fluor Federal Solutions LLC, Reston, Virginia (W912DY-22-D-0057); Herman Construction Group Inc., Escondido, California (W912DY-22-D-0058); John C. Grimberg Co. Inc., Rockville, Maryland (W912DY-22-D-0059); M.C. Dean Inc., Tysons, Virginia (W912DY-22-D-0060); Siemens Government Technologies Inc., Reston, Virginia (W912DY-22-D-0061); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W912DY-22-D-0062); EXP Federal Inc., Chicago, Illinois (W912DY-22-D-0068); Perini Management Services Inc., Framingham, Massachusetts (W912DY-22-D-0069); and Weston Solutions, West Chester, Pennsylvania (W912DY-22-D-0070), will compete for each order of the $450,000,000 firm-fixed-price contract for design-build capabilities in support of the Facility Repair and Renewal program. Bids were solicited via the internet with 80 received. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2027. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.
Status
(Open)
Modified 4/9/25
Period of Performance
4/11/22
Start Date
4/11/27
Ordering Period End Date
Task Order Obligations
$2.0K
Total Obligated
$2.0K
Current Award
$2.0K
Potential Award
Award Hierarchy
Indefinite Delivery Contract
W912DY22D0057
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under W912DY22D0057
Subcontract Awards
Disclosed subcontracts for W912DY22D0057
Opportunity Lifecycle
Procurement history for W912DY22D0057
Transaction History
Modifications to W912DY22D0057
People
Suggested agency contacts for W912DY22D0057
Competition
Number of Bidders
80
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
GALAGAQ4N4H5
Awardee CAGE
1NW16
Agency Detail
Awarding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Funding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Created By
angela.m.wilson@usace.army.mil
Last Modified By
angela.m.wilson@usace.army.mil
Approved By
angela.m.wilson@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 4/9/25