W912GB21D0059
Indefinite Delivery Contract
Overview
Government Description
SCIF CONSTRUCTION MATOC
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
$97,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Germany.
Fluor Federal Solutions was awarded
Indefinite Delivery Contract W912GB21D0059 (W912GB-21-D-0059)
by
United States Army Europe and Africa
for Scif Construction Matoc
in September 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation FY21 DB-DBB SCIF Construction MATOC
full & open
with
NAICS 236220 and
PSC Z1JZ
via two step acquisition procedures with 19 bids received.
To date, $3,000 has been obligated through this vehicle.
The total ceiling is $97,000,000, of which 0% has been used.
The vehicle was awarded through SOFA SCIF Construction MATOC.
DOD Announcements
Sep 2021:
American International Contractors Inc., Arlington, Virginia (W912GB-21-D-0055); M.C. Dean LLC, Tysons, Virginia (W912GB-21-D-0061); Gilbane Inc., Concord, California (W912GB-21-D-0060); Fluor Federal Solutions LLC, Greenville, South Carolina (W912GB-21-D-0059); Conti Federal Services Inc., Edison, New Jersey (W912GB-21-D-0058); BL Harbert International LLC, Birmingham, Alabama (W912GB-21-D-0057); Amentum Services Inc., Germantown, Maryland (W912GB-21-D-0056); Siemens Government Technologies Inc., Reston, Virginia (W912GB-21-D-0062); and Weston Solutions Inc., West Chester, Pennsylvania (W912GB-21-D-0063), will compete for each order of the $97,000,000 firm-fixed-price contract for construction, real property repair and maintenance, and associated environmental work. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2026. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.
Status
(Open)
Modified 9/11/23
Period of Performance
9/29/21
Start Date
9/30/26
Ordering Period End Date
Task Order Obligations
$3.0K
Total Obligated
$3.0K
Current Award
$3.0K
Potential Award
Award Hierarchy
Vehicle
Indefinite Delivery Contract
W912GB21D0059
Contracts
Subcontracts
Contract Awards
Prime task orders awarded under W912GB21D0059
Subcontract Awards
Disclosed subcontracts for W912GB21D0059
Opportunity Lifecycle
Procurement history for W912GB21D0059
Transaction History
Modifications to W912GB21D0059
People
Suggested agency contacts for W912GB21D0059
Competition
Number of Bidders
19
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
ZJG9LCFG13S9
Awardee CAGE
4WSG1
Agency Detail
Awarding Office
W912GB W2SD FEST NAU1 EUROPE
Funding Office
W912GB W2SD FEST NAU1 EUROPE
Created By
christopher.brackett@usace.army.mil
Last Modified By
christopher.brackett@usace.army.mil
Approved By
christopher.brackett@usace.army.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
SC-04
Senators
Lindsey Graham
Tim Scott
Tim Scott
Representative
William Timmons
Last Modified: 9/11/23