W912QR24D0034
Indefinite Delivery Contract
Overview
Government Description
Administrative modification to comply with executive order 14173 and class deviation 2025-O0003. Removing FAR clauses 52.222-21 prohibition of segregated facilities and 52.222-26 equal opportunity. Revising FAR clause 52.244-6(deviation 2025-O0003).
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
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$45,000,000 (1% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dayton, Ohio 45433 United States.
P.A Johnson-Mcadams Firm was awarded
Indefinite Delivery Contract W912QR24D0034 (W912QR-24-D-0034)
by
USACE Louisville District
in June 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation Architect/Engineer (A/E) Services For Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support Military Missions And Civil Works Projects for The Louisville District (LRL) Mission Boundaries
with a Small Business Total set aside
with
NAICS 541330 and
PSC C219
via architect-engineer FAR 6.102 acquisition procedures with 17 bids received.
To date, $401,711 has been obligated through this vehicle with a potential value of all existing task orders of $2,552,656.
The total ceiling is $45,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $2,150,945.
Status
(Open)
Modified 6/12/25
Period of Performance
6/13/24
Start Date
6/14/29
Ordering Period End Date
Task Order Obligations and Backlog
$401.7K
Total Obligated
$401.7K
Current Award
$2.6M
Potential Award
$0.0
Funded Backlog
$2.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W912QR24D0034
$-
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 W912QR24D0034
Subcontract Awards
Disclosed subcontracts for W912QR24D0034
Opportunity Lifecycle
Procurement history for W912QR24D0034
Transaction History
Modifications to W912QR24D0034
People
Suggested agency contacts for W912QR24D0034
Competition
Number of Bidders
17
Solicitation Procedures
Architect-Engineer FAR 6.102
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
YLLDX22XAKB5
Awardee CAGE
0DUJ8
Agency Detail
Awarding Office
W912QR W072 ENDIST LOUISVILLE
Funding Office
W22W9K W2SM ENDIST LOUISVILLE CW
Created By
andrew.j.fleming@usace.army.mil
Last Modified By
andrew.j.fleming@usace.army.mil
Approved By
andrew.j.fleming@usace.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
MS-02
Senators
Roger Wicker
Cindy Hyde-Smith
Cindy Hyde-Smith
Representative
Bennie Thompson
Last Modified: 6/12/25