Search IDVs

W912DY22D0070

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
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 (3% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Japan.
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 W912DY22D0070 (W912DY-22-D-0070) 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, $14,729,200 has been obligated through this vehicle with a potential value of all existing task orders of $26,811,186. The total ceiling is $450,000,000, of which 3% has been used. As of today, the IDC has a total reported backlog of $12,081,986. 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 4/10/25
Period of Performance
4/11/22
Start Date
4/11/27
Ordering Period End Date
67.0% Complete

Task Order Obligations and Backlog
$14.7M
Total Obligated
$14.7M
Current Award
$26.8M
Potential Award
55% Funded
$0.0
Funded Backlog
$12.1M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912DY22D0070

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912DY22D0070

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under W912DY22D0070

Subcontract Awards

Disclosed subcontracts for W912DY22D0070

Opportunity Lifecycle

Procurement history for W912DY22D0070

Transaction History

Modifications to W912DY22D0070

People

Suggested agency contacts for W912DY22D0070

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
Z4XGALW7L9K6
Awardee CAGE
2M222
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
PA-06
Senators
Robert Casey
John Fetterman
Representative
Chrissy Houlahan

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Corps of Engineers-Civil (096-3123) Water resources Operation and maintenance of facilities (25.4) $7,010,231 100%
Last Modified: 4/10/25