Search IDVs

N0001918D0110

Indefinite Delivery Contract

Overview

Government Description
P-8A ENGINE MAINTENANCE AND REPAIR DEPOT
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$901,889,495 (8% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Antonio, Texas 78226 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: C/KC130 Air Vehicle: Engine Module Repair, P-8A Engine Depot Maintenance and Repair Solicitation
Amendment Since initial award the Vehicle Ceiling has decreased 41% from $1,520,928,543 to $901,889,496.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Standard Aero (San Antonio) was awarded Indefinite Delivery Contract N0001918D0110 (N00019-18-D-0110) by Naval Air Systems Command for P-8A Engine Maintenance And Repair Depot in January 2018. The IDC has a duration of 7 years and was awarded through solicitation P-8A Airframe and Engine Depot Maintenance Competition full & open with NAICS 336412 and PSC J028 via direct negotiation acquisition procedures with 5 bids received. To date, $75,535,414 has been obligated through this vehicle with a potential value of all existing task orders of $103,723,983. The total ceiling is $901,889,495, of which 8% has been used. As of today, the IDC has a total reported backlog of $28,188,569.

DOD Announcements

Feb 2018: The Boeing Co., Seattle, Washington (N00019-18-D-0112; and N00019-18-D-0113); AAR Aircraft Services Inc., Indianapolis, Indiana (N00019-18-D-0111); and StandardAero (San Antonio) Inc., San Antonio, Texas (N00019-18-D-0110), are each being awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contracts for P-8A airframe and engine maintenance and repair depot support for the Navy; the government of Australia; and foreign military sales (FMS) customers.  The aggregate amount for all contracts is $268,724,729, with these companies having an opportunity to compete for individual task orders.  Services to be provided for the airframe include scheduled and unscheduled maintenance, in-service repair, planner and estimator requirements, technical directive incorporation, airframe modifications and aircraft on ground support.  Services to be provided for the engine include depot maintenance and repair; field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines.  The Boeing Co.; and AAR Aircraft Services Inc., are primary and secondary awardees, respectively for airframe depot work.  StandardAero (San Antonio) Inc.; and The Boeing Co., are primary and secondary awardees, respectively for engine depot work.  Work will be performed at each awardee’s facility sites in Atlanta, Georgia; Seattle, Washington; Indianapolis, Indiana; Oklahoma City, Oklahoma; Miami, Florida; Winnipeg, Manitoba, Canada; and San Antonio, Texas, and is expected to be completed by January 2019.  No funds are being obligated at time of award, funds will be obligated against each delivery order as they are issued.  This contract was competitively procured via an electronic request for proposals.  Four offers were received for the airframe portion, four were received for the engine portion, and one offer was received for both portions (a combined offer).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Status
(Complete)

Modified 11/13/23
Period of Performance
1/30/18
Start Date
1/30/25
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$75.5M
Total Obligated
$75.5M
Current Award
$103.7M
Potential Award
73% Funded
$0.0
Funded Backlog
$28.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0001918D0110

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N0001918D0110

$-

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 N0001918D0110

Subcontract Awards

Disclosed subcontracts for N0001918D0110

Opportunity Lifecycle

Procurement history for N0001918D0110

Transaction History

Modifications to N0001918D0110

People

Suggested agency contacts for N0001918D0110

Competition

Number of Bidders
5
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
DK4FFWX369H9
Awardee CAGE
1XP69
Agency Detail
Awarding Office
N00019 NAVAL AIR SYSTEMS COMMAND
Funding Office
N00019 NAVAL AIR SYSTEMS COMMAND
Created By
scott.segesdy@navy.mil
Last Modified By
scott.segesdy@navy.mil
Approved By
scott.segesdy@navy.mil

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
TX-23
Senators
John Cornyn
Ted Cruz
Representative
Ernest Gonzales

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Navy (017-1804) Department of Defense-Military Operation and maintenance of equipment (25.7) $324,478 63%
Aircraft Procurement, Navy (017-1506) Department of Defense-Military Equipment (31.0) $188,213 37%
Last Modified: 11/13/23