W912DQ15D3006-W912DQ19F3063
Delivery Order
Overview
Government Description
DIAZ CHEMICAL CORPORATION SUPERFUND SITE PHASE II INSITU THERMAL REMEDIAL ACTION.
Awardee
Awarding Agency
Funding Agency
Place of Performance
Holley, NY 14470 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Related Opportunity
Analysis Notes
Amendment Since initial award the Potential End Date has been extended from 09/16/24 to 06/18/27 and the Potential Award value has increased 56% from $20,269,553 to $31,643,465.
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of Defense has an overall small business subcontracting goal of 30%
Subcontracting Plan This Delivery Order has a Subcontracting Plan (without incentive). The Department of Defense has an overall small business subcontracting goal of 30%
URS Group was awarded
Delivery Order W912DQ19F3063 (W912DQ-19-F-3063)
for Diaz Chemical Corporation Superfund Site Phase Ii Insitu Thermal Remedial Action.
worth up to $31,643,465
by EPA Region 2: New York City
in September 2019.
The contract
has a duration of 7 years 9 months and
was awarded
through solicitation Unrestricted Pre-Placed Remedial Action Contract (PRAC), Indefinite Delivery/Indefinite Quantity (ID/IQ), Multiple Award Task Order Contract (MATOC)
full & open
with
NAICS 562910 and
PSC F999
via subject to multiple award fair opportunity acquisition procedures with 5 bids received.
This contract was awarded through vehicle Pre-placed Remedial Action Contract (PRAC) Phase A.
Status
(Open)
Last Modified 4/25/25
Period of Performance
9/17/19
Start Date
6/18/27
Current End Date
6/18/27
Potential End Date
Obligations
$31.6M
Total Obligated
$31.6M
Current Award
$31.6M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
Delivery Order
W912DQ15D3006-W912DQ19F3063
Subcontracts
Activity Timeline
Labor Services Billing
Annual labor billing rates and FTE reported for W912DQ15D3006-W912DQ19F3063
Year | Services Invoiced | Hours | FTE | Blended Rate |
---|---|---|---|---|
2020 | $5,225,958 | 20,695.0 | 9.9 | $252.52 |
2021 | $5,360,051 | 34,327.0 | 16.5 | $156.15 |
Subcontract Awards
Disclosed subcontracts for W912DQ15D3006-W912DQ19F3063
Opportunity Lifecycle
Procurement history for W912DQ15D3006-W912DQ19F3063
Transaction History
Modifications to W912DQ15D3006-W912DQ19F3063
People
Suggested agency contacts for W912DQ15D3006-W912DQ19F3063
Competition
Number of Bidders
5
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Required (Incentive Not Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
DoD Claimant Code
Services
Awardee UEI
ECB9XMEAM681
Awardee CAGE
1PA97
Agency Detail
Awarding Office
W912DQ W071 ENDIST KANSAS CITY
Funding Office
68R000
Created By
michael.s.dolly@usace.army.mil
Last Modified By
michael.s.dolly@usace.army.mil
Approved By
michael.s.dolly@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Performance District
NY-24
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Claudia Tenney
Modified: 4/25/25