W912DY22D0078
Indefinite Delivery Contract
Overview
Government Description
ELECTRONIC SECURITY SYSTEMS VII BASE CONTRACT M.C. DEAN
Government Project
ESS
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$675,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Aberdeen Proving Ground, Maryland 21005 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
M. C. Dean was awarded
Indefinite Delivery Contract W912DY22D0078 (W912DY-22-D-0078)
by
Engineering Support Center Huntsville
for Electronic Security Systems Vii Base Contract M.C. Dean
in September 2022.
The IDC
has a duration of 7 years and
was awarded
through solicitation The U.S. Army Engineering and Support Center, Huntsville intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract(s) to both other than small and small businesses for Electronic Security Systems (ESS) 7th Generation.
full & open
with
NAICS 541512 and
PSC N059
via direct negotiation acquisition procedures with 32 bids received.
To date, $1,304,670 has been obligated through this vehicle with a potential value of all existing task orders of $5,748,502.
The total ceiling is $675,000,000, of which 0% has been used.
As of today, the IDC has a total reported backlog of $4,443,832.
The vehicle was awarded through Electronic Security Systems VII (ESS VII).
DOD Announcements
Sep 2022:
Atlantic Commtech Corp., Norfolk, Virginia (W912DY-22-D-0073); BCF Solutions Inc., Chantilly, Virginia (W912DY-22-D-0074); Convergint Technologies LLC, Schaumburg, Illinois (W912DY-22-D-0075); Evigilant.com LLC, Manassas, Virginia (W912DY-22-D-0076); KBR Wyle Services LLC, Lexington Park, Maryland (W912DY-22-D-0077); M.C. Dean Inc., Tysons, Virginia (W912DY-22-D-0078); PTSI Managed Services Inc., Pasadena, California (W912DY-22-D-0088); Siemens Government Technologies Inc., Reston, Virginia (W912DY-22-D-0089); Xator Corporation, Reston, Virginia (W912DY-22-D-0090); Alamo-Evergreen JV LLC,* San Antonio, Texas (W912DY-22-D-0091); Chenega Security International LLC,* Chantilly, Virginia (W912DY-22-D-0092); GCS Versar JV,* Tacoma, Washington (W912DY-22-D-0093); Infotec Systems Corp.,* Summerville, South Carolina (W912DY-22-D-0094); Integrated Security Solutions Inc.,* Kalispell, Montana (W912DY-22-D-0095); Locurrent Systems LLC,* Cooperstown, New York (W912DY-22-D-0096); Low Voltage Wiring,* Colorado Springs, Colorado (W912DY-22-D-0097); Phoenix Integrated Technologies LTD,* Gambrills, Maryland (W912DY-22-D-0098); Red Peak Technical Services LLC,* Anchorage, Alaska (W912DY-22-D-0099); Sei Group Inc.,* Huntsville, Alabama (W912DY-22-D-0100); Security and Energy Technologies Corp.,* Chantilly, Virginia (W912DY-22-D-0101); Johnson Controls Building Automation Systems LLC, Huntsville, Alabama (W912DY-22-D-0103); and Indyne Inc., Lexington Park, Maryland (W912DY-22-D-0104), will compete for each order of the $675,000,000 contract to provide all personnel, equipment, tools, materials, supervision, non-personal services, and other necessary items for electronic security systems. Bids were solicited via the internet with 34 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2029. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Status
(Open)
Modified 2/21/24
Period of Performance
9/25/22
Start Date
9/25/29
Ordering Period End Date
Task Order Obligations and Backlog
$1.3M
Total Obligated
$1.3M
Current Award
$5.7M
Potential Award
$0.0
Funded Backlog
$4.4M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
W912DY22D0078
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under W912DY22D0078
$-
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 W912DY22D0078
Subcontract Awards
Disclosed subcontracts for W912DY22D0078
Opportunity Lifecycle
Procurement history for W912DY22D0078
Transaction History
Modifications to W912DY22D0078
People
Suggested agency contacts for W912DY22D0078
Competition
Number of Bidders
32
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
RD55NEXJ5EW4
Awardee CAGE
3K773
Agency Detail
Awarding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Funding Office
W912DY W2V6 USA ENG SPT CTR HUNTSVIL
Created By
jason.w.carter@usace.army.mil
Last Modified By
jason.w.carter@usace.army.mil
Approved By
jason.w.carter@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 2/21/24