Search IDVs

W9126G18D0007

Indefinite Delivery Contract

Overview

Government Description
IDC::MATOC::IDC LPOE MATOC R&A MN&ND
Awardee
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$45,000,000 (2% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Antonio, Texas United States.
Dawson Federal was awarded Indefinite Delivery Contract W9126G18D0007 (W9126G-18-D-0007) by USACE Fort Worth District for Idc::Matoc::Idc Lpoe Matoc R&A Mn&Nd in October 2017. The IDC has a duration of 5 years and was awarded through solicitation Multiple Award Task Order Contract (MATOC) for Repair and Alterations (RA) of Land Port of Entry (LPOE) with a Small Business Total set aside with NAICS 238990 and PSC Z2JZ via two step acquisition procedures with 7 bids received. To date, $1,038,777 has been obligated through this vehicle. The total ceiling is $45,000,000, of which 2% has been used.

DOD Announcements

Oct 2017: Dawson Federal Inc.,* San Antonio, Texas (W9126G-18-D-0007); A&H-Ambica JV LLC,* Livonia, Michigan (W9126G-18-D-0008); and Frontier Services Inc.,* Kansas City, Missouri (W9126G-18-D-0009), will share a $45,000,000 firm-fixed-price contract for repair and alternations for land ports of entry in North Dakota and Minnesota. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2022. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Status
(Complete)

Modified 10/29/21
Period of Performance
10/31/17
Start Date
10/30/22
Ordering Period End Date
100% Complete

Task Order Obligations
$1.0M
Total Obligated
$1.0M
Current Award
$1.0M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

W9126G18D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9126G18D0007

$-

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 W9126G18D0007

Subcontract Awards

Disclosed subcontracts for W9126G18D0007

Opportunity Lifecycle

Procurement history for W9126G18D0007

Transaction History

Modifications to W9126G18D0007

People

Suggested agency contacts for W9126G18D0007

Competition

Number of Bidders
7
Solicitation Procedures
Two Step
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 Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
WNUXNEJ347B7
Awardee CAGE
6UTH1
Agency Detail
Awarding Office
W9126G US ARMY ENGINEER DISTRICT FT WORTH
Funding Office
W9126G US ARMY ENGINEER DISTRICT FT WORTH
Created By
amelia.k.bryant@usace.army.mil
Last Modified By
kevin.s.anderson.civ@sa
Approved By
amelia.k.bryant@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
TX-35
Senators
John Cornyn
Ted Cruz
Representative
Gregorio Casar

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Construction, Corps of Engineers - Civil (096-3122) Water resources Land and structures (32.0) $22,224 100%
Last Modified: 10/29/21