FA890321D0002
Indefinite Delivery Contract
Overview
Government Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR TRADITIONAL TITLE I, TITLE II, AND OTHER ARCHITECT ENGINEER SERVICES, AE NEXT 2021 POOL 4, FACILITIES AND GENERAL INFRASTRUCTURE.
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$2,000,000,000 (2% Used)
Related Opportunity
FA890320R0024
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Saudi Arabia.
Amendment Since initial award the Ordering Period End Date was extended from 01/31/22 to 02/16/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 01/31/22 to 02/16/26.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
AECOM Technical Services was awarded
Indefinite Delivery Contract FA890321D0002 (FA8903-21-D-0002)
by
Air Force Civil Engineer Center
in February 2021.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 541330 and
PSC C211
via direct negotiation acquisition procedures with 22 bids received.
To date, $37,904,698 has been obligated through this vehicle with a potential value of all existing task orders of $38,583,508.
The total ceiling is $2,000,000,000, of which 2% has been used.
As of today, the IDC has a total reported backlog of $678,810.
The vehicle was awarded through Architect-Engineer Next (A&E NEXT) Pool 4.
DOD Announcements
Feb 2021:
AECOM Technical Services Inc., Los Angeles, California (FA8903-21-D-0002); APTIM Federal Services LLC, Alexandria, Virginia (FA8903-21-D-0001); Atkins Black & Veatch FSB JV, Denver, Colorado (FA8903-21-D-0003); Benham – Mead & Hunt, Oklahoma City, Oklahoma (FA8903-21-D-0005); Burns & McDonnell Inc., Kansas City, Missouri (FA8903-21-D-0006); HDR Environmental, Operations and Construction Inc. Spring Branch, Texas (FA8903-21-D-007); Jacobs Government Services Co., San Antonio, Texas (FA8903-21-D-0008); OTIE-Merrick JV, Milwaukee, Wisconsin (FA8903-21-D-0010); Michael Baker International Inc., Moon Township, Pennsylvania (FA8903-21-D-0004); Parsons Government Services Inc., Pasadena, California (FA8903-21-D-0011); Leo A Daly Co., Minneapolis, Minnesota (FA8903-21-D-0009); Pond-CDM Smith JV LP, Peachtree Corners, Georgia (FA8903-21-D-0012); Tetra Tech Inc., Marlborough, Massachusetts (FA8903-21-D-0013); TransSystems GHD JV, Berkeley, California (FA8903-21-D-0014); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (FA8903-21-D-015); Woolpert RS&H LLC, Dayton, Ohio (FA8903-21-D-0016); and WSP Mason Hanger JV, Washington, D.C. (FA8903-21-D-0017), have collectively been awarded a $2,000,000,000 indefinite-delivery/indefinite-quantity, multiple award task order contract for architect and engineering services. This contract supports the Air Force worldwide infrastructure design and construction missions, specifically for the Air Force Civil Engineer Center, Air Force Installation Contracting Center, Air Force Life Cycle Management Center and Army Installation Management Command directorates. Work is expected to be completed by February 2026. Fiscal 2021 operation and maintenance funds in the amount of $51,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity.
Status
(Open)
Modified 8/14/24
Period of Performance
2/16/21
Start Date
2/16/26
Ordering Period End Date
Task Order Obligations and Backlog
$37.9M
Total Obligated
$37.9M
Current Award
$38.6M
Potential Award
$0.0
Funded Backlog
$678.8K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA890321D0002
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA890321D0002
$-
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 FA890321D0002
Subcontract Awards
Disclosed subcontracts for FA890321D0002
Transaction History
Modifications to FA890321D0002
People
Suggested agency contacts for FA890321D0002
Competition
Number of Bidders
22
Solicitation Procedures
Negotiated Proposal/Quote
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
EPUXNLX5EYC4
Awardee CAGE
4L767
Agency Detail
Awarding Office
FA8903 FA8903 772 ESS PK
Funding Office
F2MUAA AFCEC CTN
Created By
john.haring@us.af.mil
Last Modified By
usercw@sa5700.fa8903
Approved By
john.haring@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
CA-34
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Jimmy Gomez
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air National Guard (057-3840) | Department of Defense-Military | Land and structures (32.0) | $2,942,089 | 74% |
Military Construction, Air National Guard (057-3830) | Department of Defense-Military | Land and structures (32.0) | $780,653 | 20% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of facilities (25.4) | $238,728 | 6% |
Last Modified: 8/14/24