70Z08424DDL930002
Indefinite Delivery Contract
Overview
Government Description
CAPE MAY HOUSING MAINTENANCE SUPPORT SERVICES.
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$3,947,177 (77% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: New Jersey 8204 United States.
Vulnerable Incumbent Superior Tasking Advantage Contracting is listed as graduating from the 8(a) program in April 2024, which may limit its ability to recompete.
Forecast Listed as the incumbent in contract forecast TRACEN CAPE MAY Housing Maintenance Services.
Recompete The following similar solicitation(s) may continue aspects of this idv: Military Housing Maintenance – San Francisco Bay Area
Amendment Since initial award the Ordering Period End Date was extended from 10/31/24 to 06/30/25 and the Vehicle Ceiling has increased 59% from $2,489,107 to $3,947,178.
Vulnerable Incumbent Superior Tasking Advantage Contracting is listed as graduating from the 8(a) program in April 2024, which may limit its ability to recompete.
Forecast Listed as the incumbent in contract forecast TRACEN CAPE MAY Housing Maintenance Services.
Recompete The following similar solicitation(s) may continue aspects of this idv: Military Housing Maintenance – San Francisco Bay Area
Amendment Since initial award the Ordering Period End Date was extended from 10/31/24 to 06/30/25 and the Vehicle Ceiling has increased 59% from $2,489,107 to $3,947,178.
Superior Tasking Advantage Contracting was awarded
Indefinite Delivery Contract 70Z08424DDL930002 (70Z084-24-D-DL930002)
by
Coast Guard
for Cape May Housing Maintenance Support Services.
in January 2024.
The IDC
has a duration of 1 year 4 months and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 561210 and
PSC S216
via simplified acquisition acquisition procedures with 1 bid received.
To date, $3,460,185 has been obligated through this vehicle.
The total ceiling is $3,947,177, of which 77% has been used.
As of today, the IDC has a total reported backlog of $419,228 and funded backlog of $419,228.
Status
(Open)
Modified 4/17/25
Period of Performance
1/31/24
Start Date
6/30/25
Ordering Period End Date
Task Order Obligations and Backlog
$3.0M
Total Obligated
$3.5M
Current Award
$3.5M
Potential Award
$419.2K
Funded Backlog
$419.2K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 70Z08424DDL930002
$-
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 70Z08424DDL930002
Subcontract Awards
Disclosed subcontracts for 70Z08424DDL930002
Transaction History
Modifications to 70Z08424DDL930002
People
Suggested agency contacts for 70Z08424DDL930002
Competition
Number of Bidders
1
Solicitation Procedures
Simplified Acquisition
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
Yes
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
LY8MML6W2KF5
Awardee CAGE
6UVX0
Agency Detail
Awarding Office
70Z084 LOG-9
Funding Office
70Z00P DEPUTY COMDT 4 MISSION SUPP WASH DC
Created By
7008tawinbush
Last Modified By
7008tmford
Approved By
7008tmford
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
AL-03
Senators
Tommy Tuberville
Katie Britt
Katie Britt
Representative
Mike Rogers
Last Modified: 4/17/25