W912DY22D0074
Indefinite Delivery Contract 
  
Overview
                Government Description
              
              
                ELECTRONIC SECURITY SYSTEMS VII BASE CONTRACT - BCF SOLUTIONS
              
            
                Government Project
              
              
                 ESS           
              
            
                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
                
              
              
                
                $675,000,000  (0%  Used) 
                
              
            
                Analysis Notes
              
              
                
                Place of Performance Largest percentage of work under issued task orders completed at: Fort Bragg, North Carolina 28307 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%
            BCF Solutions was awarded
           
             Indefinite Delivery Contract  W912DY22D0074  (W912DY-22-D-0074) 
            by 
            
            Engineering Support Center Huntsville
            
           
             for Electronic Security Systems Vii Base Contract - Bcf Solutions
             in September 2022.
            
            The IDC 
            
             has a duration of 7 years and 
            
            was awarded 
             through solicitation The U.S. Army Engineering and Support Center, Huntsville intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract(s) to both other than small and small businesses for Electronic Security Systems (ESS) 7th Generation.
             full & open 
             with 
             NAICS 541512 and 
            
            
            PSC N059
            
            
            via direct negotiation acquisition procedures with 34 bids received.
            
            To date, $3,225,262 has been obligated through this vehicle with a potential value of all existing task orders of $12,731,400.
            
            
            The total ceiling is $675,000,000, of which 0% has been used.
            
            
            As of today, the IDC has a total reported backlog of $9,606,138 and funded backlog of $100,000.
            
             The vehicle was awarded through Electronic Security Systems VII (ESS VII).  
          
        DOD Announcements
        Sep 2022:
        Atlantic Commtech Corp., Norfolk, Virginia (W912DY-22-D-0073); BCF Solutions Inc., Chantilly, Virginia (W912DY-22-D-0074); Convergint Technologies LLC, Schaumburg, Illinois (W912DY-22-D-0075); Evigilant.com LLC, Manassas, Virginia (W912DY-22-D-0076); KBR Wyle Services LLC, Lexington Park, Maryland (W912DY-22-D-0077); M.C. Dean Inc., Tysons, Virginia (W912DY-22-D-0078); PTSI Managed Services Inc., Pasadena, California (W912DY-22-D-0088); Siemens Government Technologies Inc., Reston, Virginia (W912DY-22-D-0089); Xator Corporation, Reston, Virginia (W912DY-22-D-0090); Alamo-Evergreen JV LLC,* San Antonio, Texas (W912DY-22-D-0091); Chenega Security International LLC,* Chantilly, Virginia (W912DY-22-D-0092); GCS Versar JV,* Tacoma, Washington (W912DY-22-D-0093); Infotec Systems Corp.,* Summerville, South Carolina (W912DY-22-D-0094); Integrated Security Solutions Inc.,* Kalispell, Montana (W912DY-22-D-0095); Locurrent Systems LLC,* Cooperstown, New York (W912DY-22-D-0096); Low Voltage Wiring,* Colorado Springs, Colorado (W912DY-22-D-0097); Phoenix Integrated Technologies LTD,* Gambrills, Maryland (W912DY-22-D-0098); Red Peak Technical Services LLC,* Anchorage, Alaska (W912DY-22-D-0099); Sei Group Inc.,* Huntsville, Alabama (W912DY-22-D-0100); Security and Energy Technologies Corp.,* Chantilly, Virginia (W912DY-22-D-0101); Johnson Controls Building Automation Systems LLC, Huntsville, Alabama (W912DY-22-D-0103); and Indyne Inc., Lexington Park, Maryland (W912DY-22-D-0104), will compete for each order of the $675,000,000 contract to provide all personnel, equipment, tools, materials, supervision, non-personal services, and other necessary items for electronic security systems. Bids were solicited via the internet with 34 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2029. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
        
      
    Status   
          
            
            
            
            
            (Open)
            
            
            
        
      Modified 2/13/24
     
        Period of Performance
        9/25/22
            Start Date
          9/25/29
            Ordering Period End Date
          Task Order Obligations  and Backlog 
        $3.1M
            Total Obligated
          $3.2M
            Current Award
          $12.7M
            Potential Award
          $100.0K
            Funded Backlog
          $9.6M
            Total Backlog
          Award Hierarchy
                
                  Indefinite Delivery Contract
                
              
 
              W912DY22D0074
                
                  Contracts
                
              
              
            Subcontracts
Federal Award Analysis
Historical federal task order obligations under W912DY22D0074
$-
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 W912DY22D0074
Subcontract Awards
Disclosed subcontracts for W912DY22D0074
Opportunity Lifecycle
Procurement history for W912DY22D0074
Transaction History
Modifications to W912DY22D0074
People
Suggested agency contacts for W912DY22D0074
Competition
            Number of Bidders
          
          
            
            34
            
          
        
            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
          
          
            PXEGPALDZCZ8
          
        
            Awardee CAGE
          
          
            3QQC0
          
        Agency Detail
            Awarding Office
          
          
            W912DY W2V6 USA ENG SPT CTR HUNTSVIL
          
        
            Funding Office
          
          
            W912DY W2V6 USA ENG SPT CTR HUNTSVIL
          
        
            Created By
          
          
            jason.w.carter@usace.army.mil 
          
        
            Last Modified By
          
          
            jason.w.carter@usace.army.mil 
          
        
            Approved By
          
          
            jason.w.carter@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: 2/13/24
 
  
  
          