W912DY25D0028
Indefinite Delivery Contract
Overview
Government Description
MRR VII
Government Project
MEDICAL REPAIR AND RENEWAL VII
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
$1,300,000,000 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Huntsville, Alabama 35806 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%
J&J Worldwide Services was awarded
Indefinite Delivery Contract W912DY25D0028 (W912DY-25-D-0028)
by
Engineering Support Center Huntsville
for Mrr Vii
in January 2025.
The IDC
has a duration of 7 years and
was awarded
through solicitation Medical Repair and Renewal Design-Build Construction VII
full & open
with
NAICS 236220 and
PSC Z2DA
via direct negotiation acquisition procedures with 39 bids received.
To date, $6,576,769 has been obligated through this vehicle.
The total ceiling is $1,300,000,000, of which 1% has been used.
The vehicle was awarded through Medical Repair and Renewal Design-Build Construction VII (MRR DB).
DOD Announcements
Jan 2025:
Perini Management Services Inc., Framingham, Massachusetts (W912DY-25-D-0030); Robins & Morton Group, Birmingham, Alabama (W912DY-25-D-0031); StructSure Projects Inc., Kansas City, Missouri (W912DY-25-D-0032); Walsh Construction Co. II LLC, Chicago, Illinois (W912DY-25-D-0033); Valiant Government Services LLC, Fayetteville, North Carolina (W912DY-25-D-0034); ESA South Inc., Cantonment, Florida (W912DY-25-D-0018); Frontline King George JV LLC,* Silver Spring, Maryland (W912DY-25-D-0019); G1/ESA South JV LLC,* Atlanta, Georgia (W912DY-25-D-0020); Global Engineering & Construction LLC,* Renton, Washington (W912DY-25-D-0021); HDD JV,* Leesburg, Virginia (W912DY-25-D-0022); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0023); Valiant Construction LLC,* Louisville, Kentucky (W912DY-25-D-0023); Centennial Contractors Enterprises Inc., Reston, Virginia (W912DY-25-D-0024); DPR-RQ Construction LLC, Carlsbad, California (W912DY-25-D-0026); Facility Services Management Inc., Clarksville, Tennessee (W912DY-25-D-0027); J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas (W912DY-25-D-0028); and John C. Grimberg Co. Inc., Rockville, Maryland (W912DY-25-D-0028), will compete for each order of the $259,999,400 firm-fixed-price contract for quick response for medical facility repair, renovation, conversion, alteration, additions, construction, and equipment procurement and installation. Bids were solicited via the internet with 39 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2032. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Jan 2025: Perini Management Services Inc., Framingham, Massachusetts (W912DY-25-D-0030); Robins & Morton Group, Birmingham, Alabama (W912DY-25-D-0031); StructSure Projects Inc., Kansas City, Missouri (W912DY-25-D-0032); Walsh Construction Co. II LLC, Chicago, Illinois (W912DY-25-D-0033); Valiant Government Services LLC, Fayetteville, North Carolina (W912DY-25-D-0034); ESA South Inc., Cantonment, Florida (W912DY-25-D-0018); Frontline King George JV LLC,* Silver Spring, Maryland (W912DY-25-D-0019); G1/ESA South JV LLC,* Atlanta, Georgia (W912DY-25-D-0020); Global Engineering & Construction LLC,* Renton, Washington (W912DY-25-D-0021); HDD JV,* Leesburg, Virginia (W912DY-25-D-0022); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0023); Valiant Construction LLC,* Louisville, Kentucky (W912DY-25-D-0023); Centennial Contractors Enterprises Inc., Reston, Virginia (W912DY-25-D-0024); DPR-RQ Construction LLC, Carlsbad, California (W912DY-25-D-0026); Facility Services Management Inc., Clarksville, Tennessee (W912DY-25-D-0027); J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas (W912DY-25-D-0028); and John C. Grimberg Co. Inc., Rockville, Maryland (W912DY-25-D-0028), will compete for each order of the $259,999,400 firm-fixed-price contract for quick response for medical facility repair, renovation, conversion, alteration, additions, construction, and equipment procurement and installation. Bids were solicited via the internet with 39 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2032. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Feb 2025: Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
Feb 2025: Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
Jan 2025: Perini Management Services Inc., Framingham, Massachusetts (W912DY-25-D-0030); Robins & Morton Group, Birmingham, Alabama (W912DY-25-D-0031); StructSure Projects Inc., Kansas City, Missouri (W912DY-25-D-0032); Walsh Construction Co. II LLC, Chicago, Illinois (W912DY-25-D-0033); Valiant Government Services LLC, Fayetteville, North Carolina (W912DY-25-D-0034); ESA South Inc., Cantonment, Florida (W912DY-25-D-0018); Frontline King George JV LLC,* Silver Spring, Maryland (W912DY-25-D-0019); G1/ESA South JV LLC,* Atlanta, Georgia (W912DY-25-D-0020); Global Engineering & Construction LLC,* Renton, Washington (W912DY-25-D-0021); HDD JV,* Leesburg, Virginia (W912DY-25-D-0022); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0023); Valiant Construction LLC,* Louisville, Kentucky (W912DY-25-D-0023); Centennial Contractors Enterprises Inc., Reston, Virginia (W912DY-25-D-0024); DPR-RQ Construction LLC, Carlsbad, California (W912DY-25-D-0026); Facility Services Management Inc., Clarksville, Tennessee (W912DY-25-D-0027); J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas (W912DY-25-D-0028); and John C. Grimberg Co. Inc., Rockville, Maryland (W912DY-25-D-0028), will compete for each order of the $259,999,400 firm-fixed-price contract for quick response for medical facility repair, renovation, conversion, alteration, additions, construction, and equipment procurement and installation. Bids were solicited via the internet with 39 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2032. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Feb 2025: Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
Feb 2025: Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
Status
(Open)
Modified 3/10/25
Period of Performance
1/29/25
Start Date
1/29/32
Ordering Period End Date
Task Order Obligations
$6.6M
Total Obligated
$6.6M
Current Award
$6.6M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
W912DY25D0028
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W912DY25D0028
$-
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 W912DY25D0028
Subcontract Awards
Disclosed subcontracts for W912DY25D0028
Opportunity Lifecycle
Procurement history for W912DY25D0028
Transaction History
Modifications to W912DY25D0028
People
Suggested agency contacts for W912DY25D0028
Competition
Number of Bidders
39
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
Y4TKSMDNTRN6
Awardee CAGE
5P021
Agency Detail
Awarding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Funding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Created By
lashonda.smith.w912dy@uasce.army.mil
Last Modified By
lashonda.smith.w912dy@uasce.army.mil
Approved By
lashonda.smith.w912dy@uasce.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 3/10/25