Search IDVs

W912DY25D0041

Indefinite Delivery Contract

Overview

Government Description
THE OBJECTIVE OF THIS REQUIREMENT IS TO PROVIDE ALL PERSONNEL, MATERIALS, SUPERVISION, SUBCONTRACTS, AND OTHER ITEMS AND SERVICES NECESSARY TO PERFORM ALL OPERATIONS AND FUNCTIONS FOR MEDICAL PROJECT SUPPORT SERVICES (PSS).
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$47,000,000
Vehicle Ceiling
$210,000,000 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Japan.
Tidewater was awarded Indefinite Delivery Contract W912DY25D0041 (W912DY-25-D-0041) by Engineering Support Center Huntsville in January 2025. The IDC has a duration of 6 years 1 months and was awarded through solicitation Medical Facilities Support Services IIIb full & open with NAICS 561210 and PSC R499 via direct negotiation acquisition procedures with 11 bids received. To date, $1,140,173 has been obligated through this vehicle with a potential value of all existing task orders of $6,649,019. The total ceiling is $210,000,000, of which 1% has been used. As of today, the IDC has a total reported backlog of $5,508,846. The vehicle was awarded through Medical Facilities Support Services (MFSS) IIIb.

DOD Announcements

Jan 2025: Tidewater Inc.,* Elkridge, Maryland (W912DY-25-D-0041); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0042); PKS-1P JV LLC,* Falls Church, Virginia (W912DY-25-D-0043); NIKA Technologies Inc.,* Rockville, Maryland (W912DY-25-D-0044); IEI-SS&A JV LLC,* Columbia, Maryland (W912DY-25-D-0045); and Health Facility Solutions Co.,* San Antonio, Texas (W912DY-25-D-0046), will compete for each order of the $98,616,250 firm-fixed-price contract for medical facilities support services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 20, 2031. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Status
(Open)

Modified 1/29/25
Period of Performance
1/28/25
Start Date
2/20/31
Ordering Period End Date
16.0% Complete

Task Order Obligations and Backlog
$1.1M
Total Obligated
$1.1M
Current Award
$6.6M
Potential Award
17% Funded
$0.0
Funded Backlog
$5.5M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912DY25D0041

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912DY25D0041

$-

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 W912DY25D0041

Subcontract Awards

Disclosed subcontracts for W912DY25D0041

Opportunity Lifecycle

Procurement history for W912DY25D0041

Transaction History

Modifications to W912DY25D0041

People

Suggested agency contacts for W912DY25D0041

Competition

Number of Bidders
11
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
JCF9ED1AD3N8
Awardee CAGE
1HMG8
Agency Detail
Awarding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Funding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Created By
eddie.williams@usace.army.mil
Last Modified By
lashonda.smith.w912dy@uasce.army.mil
Approved By
lashonda.smith.w912dy@uasce.army.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 1/29/25