W912HP24D1003
Indefinite Delivery Contract
Overview
Government Description
REGION H INDEFINITE QUANTITY -- IMPLEMENT CLASS DEVIATION 2025-O0003 - RESTORING MERIT-BASED OPPORTUNITY IN FEDERAL CONTRACTING AND CLASS DEVIATION 2025-O0004 - REVOCATION OF EXECUTIVE ORDER ON SUSTAINABILITY
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$19,576,894 (17% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Lexington, Kentucky 40505 United States.
Tidewater was awarded
Indefinite Delivery Contract W912HP24D1003 (W912HP-24-D-1003)
by
USACE Charleston District
in May 2024.
The IDC
has a duration of 5 years 6 months and
was awarded
through solicitation 81st RD Facility Investment Services (FIS), Regions B, E, and H
with a Small Business Total set aside
with
NAICS 561210 and
PSC M1JZ
via direct negotiation acquisition procedures with 3 bids received.
To date, $3,247,566 has been obligated through this vehicle with a potential value of all existing task orders of $6,162,840.
The total ceiling is $19,576,894, of which 17% has been used.
As of today, the IDC has a total reported backlog of $2,915,274.
DOD Announcements
May 2024:
Tidewater Inc.,* Elkridge, Maryland, was awarded a $19,576,895 firm-fixed-price contract for facilities investment services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-D-1003).
Status
(Open)
Modified 5/20/25
Period of Performance
5/18/24
Start Date
11/18/29
Ordering Period End Date
Task Order Obligations and Backlog
$3.2M
Total Obligated
$3.2M
Current Award
$6.2M
Potential Award
$0.0
Funded Backlog
$2.9M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W912HP24D1003
$-
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 W912HP24D1003
Subcontract Awards
Disclosed subcontracts for W912HP24D1003
Opportunity Lifecycle
Procurement history for W912HP24D1003
Transaction History
Modifications to W912HP24D1003
People
Suggested agency contacts for W912HP24D1003
Competition
Number of Bidders
3
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
W912HP W074 ENDIST CHARLESTON
Funding Office
W912HP W074 ENDIST CHARLESTON
Created By
melissa.rada@usace.army.mil
Last Modified By
melissa.rada@usace.army.mil
Approved By
melissa.rada@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 5/20/25