Search IDVs

W912HN23D5005

Indefinite Delivery Contract

Overview

Government Description
PR-POWERFY23
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
$1,500,000,000
Vehicle Ceiling
$5,000,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Savannah, Georgia 31401 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%
Weston Solutions was awarded Indefinite Delivery Contract W912HN23D5005 (W912HN-23-D-5005) by the U.S. Army Corps of Engineers for Pr-Powerfy23 in September 2023. The IDC has a duration of 5 years and was awarded through solicitation W912HN23R5005 - Multiple Award Task Order Contract (MATOC) for Puerto Rico Power System Stabilization, Power Generation Services full & open with NAICS 221112 and PSC W061 via direct negotiation acquisition procedures with 6 bids received. To date, $2,500 has been obligated through this vehicle. The total ceiling is $5,000,000,000, of which 0% has been used. The vehicle was awarded through Puerto Rico Power System Stabilization MATOC.

DOD Announcements

Sep 2023: Amentum Services Inc., Chantilly, Virginia (W912HN-23-D-5000); AshBritt Inc.,* Deerfield Beach, Florida (W912HN-23-D-5001); CDM Constructors Inc., Boston, Massachusetts (W912HN-23-D-5002); OMP Solutions LLC, Cape Canaveral, Florida (W912HN-23-D-5003); PTSI Managed Services Inc., Pasadena, California (W912HN-23-D-5004); and Weston Solutions Inc., West Chester, Pennsylvania (W912HN-23-D-5005), will compete for each order of the $5,000,000,000 firm-fixed-price contract to plan, coordinate and integrate efforts to execute power-system stabilization in Puerto Rico. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2028. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

Status
(Open)

Modified 9/28/23
Period of Performance
9/27/23
Start Date
9/27/28
Ordering Period End Date
32.0% Complete

Task Order Obligations
$2.5K
Total Obligated
$2.5K
Current Award
$2.5K
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W912HN23D5005

Contracts

-

Subcontracts

-

Contract Awards

Prime task orders awarded under W912HN23D5005

Subcontract Awards

Disclosed subcontracts for W912HN23D5005

Opportunity Lifecycle

Procurement history for W912HN23D5005

Transaction History

Modifications to W912HN23D5005

People

Suggested agency contacts for W912HN23D5005

Competition

Number of Bidders
6
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
Z4XGALW7L9K6
Awardee CAGE
2M222
Agency Detail
Awarding Office
W912HN W074 ENDIST SAVANNAH
Created By
jessica.m.stone@usace.army.mil
Last Modified By
levi.r.speth@usace.army.mil
Approved By
levi.r.speth@usace.army.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
PA-06
Senators
Robert Casey
John Fetterman
Representative
Chrissy Houlahan
Last Modified: 9/28/23