Search IDVs

W912DY22D0103

Indefinite Delivery Contract
'Game Changing Market Intel'

HigherGov subscribers won more than $120 Billion in government awards last year

Free Trial Schedule Demo

Overview

Government Description
ELECTRONIC SECURITY SYSTEMS VII BASE CONTRACT JOHNSON CONTROLS BUILDING AUTOMATION SYSTEMS
Government Project
ESS
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 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Anniston, Alabama 36201 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%
Johnson Controls Building Automation Systems was awarded Indefinite Delivery Contract W912DY22D0103 (W912DY-22-D-0103) by Engineering Support Center Huntsville for Electronic Security Systems Vii Base Contract Johnson Controls Building Automation Systems 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, $6,113,382 has been obligated through this vehicle with a potential value of all existing task orders of $13,761,225. The total ceiling is $675,000,000, of which 1% has been used. As of today, the IDC has a total reported backlog of $7,838,137 and funded backlog of $190,294. 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 2/14/24
Period of Performance
9/25/22
Start Date
9/25/29
Ordering Period End Date
26.0% Complete

Task Order Obligations and Backlog
$5.9M
Total Obligated
$6.1M
Current Award
$13.8M
Potential Award
43% Funded
$190.3K
Funded Backlog
$7.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912DY22D0103

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912DY22D0103

$-

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

Contract Awards

Prime task orders awarded under W912DY22D0103

Subcontract Awards

Disclosed subcontracts for W912DY22D0103

Opportunity Lifecycle

Procurement history for W912DY22D0103

Transaction History

Modifications to W912DY22D0103

People

Suggested agency contacts for W912DY22D0103

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
LFD2YFMZJ1J3
Awardee CAGE
4CWR3
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
AL-05
Senators
Tommy Tuberville
Katie Britt
Representative
Dale Strong
Last Modified: 2/14/24