W912PL25DA020
Indefinite Delivery Contract
Overview
Government Description
$4.5M POCA TO JD GENERAL ENGINEERING CORP. ECP 8-5 IS UNDERGOING UPGRADES TO MEET CURRENT AIR FORCE STANDARDS, INCLUDING ROADWAY RECONFIGURATION TO A WIDER, WINDING PATHWAY, INSTALLATION OF A NEW POP-UP VEHICLE BARRIER, AND UPDATED ROADWAY LIGHTING TO ENHANCE SECURITY AND ACCESS CONTROL.
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
$4,500,000
Vehicle Ceiling
$4,500,000 (61% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Nellis Afb, Nevada 89191 United States.
Sole Source This IDC was awarded sole source to JD General Engineering because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Sole Source This IDC was awarded sole source to JD General Engineering because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
JD General Engineering was awarded
Indefinite Delivery Contract W912PL25DA020 (W912PL-25-D-A020)
by
USACE Los Angeles District
for POCA Upgrades – JD General Engineering Corp
in September 2025.
The IDC
has a duration of 3 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 236220 and
PSC Y1JZ
via sole source acquisition procedures with 1 bid received.
To date, $2,772,651 has been obligated through this vehicle.
The total ceiling is $4,500,000, of which 61% has been used.
As of today, the IDC has a total reported backlog of $50,000 and funded backlog of $50,000.
Status
(Open)
Modified 9/26/25
Period of Performance
9/25/25
Start Date
9/25/28
Ordering Period End Date
Task Order Obligations and Backlog
$2.7M
Total Obligated
$2.8M
Current Award
$2.8M
Potential Award
$50.0K
Funded Backlog
$50.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W912PL25DA020
$-
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 W912PL25DA020
Subcontract Awards
Disclosed subcontracts for W912PL25DA020
Transaction History
Modifications to W912PL25DA020
People
Suggested agency contacts for W912PL25DA020
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
KFN6WVQ6BK46
Awardee CAGE
864A4
Agency Detail
Awarding Office
W912PL W075 ENDIST LOS ANGELES
Funding Office
W912PL W075 ENDIST LOS ANGELES
Created By
nardos.taeme.civ@acws
Last Modified By
susan.l.yarbrough.civ@acws
Approved By
susan.l.yarbrough.civ@acws
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
CA-02
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Jared Huffman
Last Modified: 9/26/25