W912P724D0001
Indefinite Delivery Contract
Overview
Government Description
A-e services for civil works feasibility studies and environmental studies for SPN & SPD Civil Works and Interagency And International Services (IIS) Projects Within the San Francisco District (SPN) and South Pacific Division (SPD). Additional work performed includes fish entrainment monitoring, ecosystem restoration planning, CCTV study of domestic water lines, wetland restoration, sampling and laboratory services for harbor and ship channels, eelgrass and tidal water surveys, and entrainment studies during dredging operations.
Awardee
Awarding Agency
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
Multiple Agencies
Vehicle Ceiling
$9,900,000 (58% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 94949 United States.
DR Reed & Associates was awarded
Indefinite Delivery Contract W912P724D0001 (W912P7-24-D-0001)
by
the U.S. Army Corps of Engineers
for A-E Services For Civil Works Feasibility And Environmental Studies (SPN & SPD, IIS)
in May 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation ARCHITECT-ENGINEERING (A-E) SERVICES FOR CIVIL WORKS FEASIBILITY STUDIES AND ENVIRONMENTAL STUDIES FOR SPN & SPD CIVIL WORKS AND INTERAGENCY AND INTERNATIONAL SERVICES (IIS) PROJECTS WITHIN SAN FRANCISCO DISTRICT (SPN) AND SOUTH PACIFIC DIVISION (SPD)
with a Small Business Total set aside
with
NAICS 541330 and
PSC C219
via two step acquisition procedures with 6 bids received.
To date, $5,760,263 has been obligated through this vehicle with a potential value of all existing task orders of $6,948,035.
The total ceiling is $9,900,000, of which 58% has been used.
As of today, the IDC has a total reported backlog of $1,187,772.
Status
(Open)
Modified 5/31/24
Period of Performance
5/23/24
Start Date
5/29/29
Ordering Period End Date
Task Order Obligations and Backlog
$5.8M
Total Obligated
$5.8M
Current Award
$6.9M
Potential Award
$0.0
Funded Backlog
$1.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W912P724D0001
$-
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 W912P724D0001
Subcontract Awards
Disclosed subcontracts for W912P724D0001
Opportunity Lifecycle
Procurement history for W912P724D0001
Transaction History
Modifications to W912P724D0001
People
Suggested agency contacts for W912P724D0001
Competition
Number of Bidders
6
Solicitation Procedures
Two Step
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
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
EET7KDLLDG34
Awardee CAGE
4GWP1
Agency Detail
Awarding Office
W912P7 W075 ENDIST SAN FRAN
Created By
w912p7.melissa.a.denigris
Last Modified By
w912p7.melissa.a.denigris
Approved By
w912p7.melissa.a.denigris
Legislative
Legislative Mandates
Labor Standards
Awardee District
CO-02
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Joe Neguse
Last Modified: 5/31/24