W912HQ24D0004
Indefinite Delivery Contract
Overview
Government Description
POWER RELIABILITY ENHANCEMENT PROGRAM (PREP) SUPPORT SERVICES SATOC & 8(A) AWARD TO A NATIVE AMERICAN COMPANY
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$6,000,000
Vehicle Ceiling
$47,790,902 (1% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Alexandria, Virginia 22315 United States.
Sole Source This IDC was awarded sole source to CCI Facility Support Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent CCI Facility Support Services is listed as graduating from the 8(a) program in July 2028, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to CCI Facility Support Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent CCI Facility Support Services is listed as graduating from the 8(a) program in July 2028, which may limit its ability to recompete.
CCI Facility Support Services was awarded
Indefinite Delivery Contract W912HQ24D0004 (W912HQ-24-D-0004)
by
Humphreys Engineer Center Support Activity
for Power Reliability Enhancement Program (PREP) Support Services Satoc & 8(A) Award To A Native American Company
in September 2024.
The IDC
has a duration of 5 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 237130 and
PSC U099
via sole source acquisition procedures with 1 bid received.
To date, $338,776 has been obligated through this vehicle with a potential value of all existing task orders of $1,719,499.
The total ceiling is $47,790,902, of which 1% has been used.
As of today, the IDC has a total reported backlog of $1,380,723.
Status
(Open)
Modified 4/30/25
Period of Performance
9/25/24
Start Date
9/29/29
Ordering Period End Date
Task Order Obligations and Backlog
$338.8K
Total Obligated
$338.8K
Current Award
$1.7M
Potential Award
$0.0
Funded Backlog
$1.4M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W912HQ24D0004
$-
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 W912HQ24D0004
Subcontract Awards
Disclosed subcontracts for W912HQ24D0004
Transaction History
Modifications to W912HQ24D0004
People
Suggested agency contacts for W912HQ24D0004
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
GBVUAKJYV1W7
Awardee CAGE
8TBV1
Agency Detail
Awarding Office
W912HQ W4LD USA HECSA
Funding Office
W74RDV W0JV HQ USACE MIL PROGRAMS
Created By
david.a.kaplan@usace.army.mil
Last Modified By
david.a.kaplan@usace.army.mil
Approved By
david.a.kaplan@usace.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
AL-05
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Dale Strong
Last Modified: 4/30/25