Search IDVs

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.
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
37.0% Complete

Task Order Obligations and Backlog
$5.8M
Total Obligated
$5.8M
Current Award
$6.9M
Potential Award
83% Funded
$0.0
Funded Backlog
$1.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912P724D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912P724D0001

$-

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 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
Representative
Joe Neguse
Last Modified: 5/31/24