Search IDVs

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).
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
34.0% Complete

Task Order Obligations and Backlog
$401.7K
Total Obligated
$401.7K
Current Award
$2.6M
Potential Award
16% Funded
$0.0
Funded Backlog
$2.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912QR24D0034

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912QR24D0034

$-

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 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
Representative
Bennie Thompson
Last Modified: 6/12/25