Search IDVs

W912HN17D0004

Indefinite Delivery Contract

Overview

Government Description
BASE PERIOD - FORT BRAGG SATOC
Pricing
Fixed Price
Set Aside
Hubzone Set-Aside (HZC)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$108,002,500 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Bragg, North Carolina 28307 United States.
Ceiling Exceeded Total obligated funds of $111,934,637 has exceeded the reported contract ceiling of $108,002,500. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
G.L.H.C. Services Company was awarded Indefinite Delivery Contract W912HN17D0004 (W912HN-17-D-0004) by USACE Savannah District for Base Period - Fort Bragg Satoc in March 2017. The IDC has a duration of 5 years and was awarded through solicitation Fort Bragg General Construction and Design-Build SATOC with a Hubzone set aside with NAICS 236220 and PSC Y1JZ via two step acquisition procedures with 11 bids received. To date, $111,934,637 has been obligated through this vehicle with a potential value of all existing task orders of $116,921,848. The total ceiling is $108,002,500, of which 101% has been used. As of today, the IDC has a total reported backlog of $4,987,211.

DOD Announcements

May 2019: G.L.H.C. Services Inc.,* Lumberton, North Carolina, was awarded a $13,000,000 modification (P00003) to contract W912HN-17-D-0004 for general construction and design-build construction. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2022. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

Status
(Complete)

Modified 3/30/22
Period of Performance
3/30/17
Start Date
3/30/22
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$111.9M
Total Obligated
$111.9M
Current Award
$116.9M
Potential Award
96% Funded
$0.0
Funded Backlog
$5.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W912HN17D0004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W912HN17D0004

$-

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 W912HN17D0004

Subcontract Awards

Disclosed subcontracts for W912HN17D0004

Opportunity Lifecycle

Procurement history for W912HN17D0004

Transaction History

Modifications to W912HN17D0004

People

Suggested agency contacts for W912HN17D0004

Competition

Number of Bidders
11
Solicitation Procedures
Two Step
Evaluated Preference
None
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
C177QZTWJF75
Awardee CAGE
3XMH8
Agency Detail
Awarding Office
W912HN US ARMY ENGINEER DISTRICT SAVANNAH
Funding Office
W33SJG US ARMY ENGINEER DISTRICT SAVANNAH
Created By
gregory.m.graham@usace.army.mil
Last Modified By
gregory.m.graham@usace.army.mil
Approved By
gregory.m.graham@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements None Applicable
Awardee District
NC-09
Senators
Thom Tillis
Ted Budd
Representative
Richard Hudson
Last Modified: 3/30/22