Search IDVs

N6134019D1016

Indefinite Delivery Contract

Overview

Government Description
CONTRACTED MAINTENANCE, MODIFICATION, AIR CREW, AND RELATED SERVICES
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$12,599,999,930 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Patuxent River, Maryland 20670 United States.
Amendment Since initial award the Vehicle Ceiling has decreased from $12,600,000,000 to $12,599,999,930.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Rockwell Collins was awarded Indefinite Delivery Contract N6134019D1016 (N61340-19-D-1016) by Fleet Readiness Center for Contracted Maintenance, Modification, Air Crew, And Related Services in January 2018. The IDC has a duration of 11 years and was awarded through solicitation Pre-Solicitation Conference Documents full & open with NAICS 488190 and PSC J015 via direct negotiation acquisition procedures with 21 bids received. To date, $1,000 has been obligated through this vehicle. The total ceiling is $12,599,999,930, of which 0% has been used. The vehicle was awarded through Contracted Maintenance, Modification, Aircrew and Related Services (CMMARS).

DOD Announcements

Jan 2019: AAR Government Services Inc., Wood Dale, Illinois (N61340-19-D-1000); ACET JV LLC,* Waldorf, Maryland (N61340-19-D-1001); Adams Communication & Engineering Technology Inc., Waldorf, Maryland (N61340-19-D-1002); Aircraft Readiness Alliance,* Anchorage, Alaska (N61340-19-D-1003); The Boeing Co., Jacksonville, Florida N61340-19-D-1004); The Boeing Co., Oklahoma City, Oklahoma (N61340-19-D-1005); DynCorp International, Fort Worth, Texas (N61340-19-D-1006); INNOVAIR LLC,* Chesapeake, Virginia (N61340-19-D-1007); Kay and Associates Inc., Buffalo Grove, Illinois (N61340-19-D-1008);  L-3 Communications Integrated Systems LP, Waco, Texas (N61340-19-D-1009); L-3 Communications Vertex Aerospace LLC, Madison, Mississippi (N61340-19-D-1010); Leidos Innovations, Gaithersburg, Maryland (N61340-19-D-1011); M1 Support Services, Denton, Texas (N61340-19-D-1012); M7 Aerospace LLC, San Antonio, Texas (N61340-19-D-1013); Northrop Grumman Systems Corp., Herndon, Virginia (N61340-19-D-1014); PAE Aviation and Technical Services LLC, Arlington, Virginia (N61340-19-D-1015); Rockwell Collins, Cedar Rapids, Iowa (N61340-19-D-1016); Sunrise Beach Corp., doing business as M2 Services Corp., Allen, Texas (N61340-19-D-1017); URS Federal Services, Germantown, Maryland (N61340-19-D-1018); and Yulista Standard Aero (JV),* Huntsville, Alabama (N61340-19-D-1019), are each awarded indefinite-delivery/indefinite-quantity contracts.  These contracts provide for logistics services for the Contracted Maintenance, Modification, Aircrew and Related Services (CMMARS) Program in support of aviation platforms of various Navy and Air Force type/model/series aircraft, inter-related systems, subsystems, and services.  CMMARS will provide contractor logistics services for fixed-wing, rotary-wing, unmanned aircraft vehicles, and lighter than air vehicles, as well as integrally related systems and weapon systems.  Logistical support to be provided includes logistics functions and maintenance tasks required to keep U.S. and Foreign Military Sales (FMS) customers aircraft ready, available, and operating worldwide.  CMMARS may be used for platforms at all phases of the acquisition life cycle.  The estimated aggregate ceiling for all contracts is $12,599,999,930, with the companies having an opportunity to compete for individual orders.  Work will be performed at various afloat and ashore locations inside the continental U.S. (99 percent); and outside the continental U.S. (1 percent), and is expected to be completed in January 2024.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  These contracts were competitively procured via an electronic

Status
(Open)

Modified 1/31/24
Period of Performance
1/30/18
Start Date
1/30/29
Ordering Period End Date
66.0% Complete

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

Award Hierarchy

Indefinite Delivery Contract

N6134019D1016

Contracts

-

Subcontracts

-

Contract Awards

Prime task orders awarded under N6134019D1016

Subcontract Awards

Disclosed subcontracts for N6134019D1016

Opportunity Lifecycle

Procurement history for N6134019D1016

Transaction History

Modifications to N6134019D1016

People

Suggested agency contacts for N6134019D1016

Competition

Number of Bidders
21
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
J4Q3HP6NHK47
Awardee CAGE
13499
Agency Detail
Awarding Office
N68520 FLEET READINESS CENTER
Funding Office
N68520 FLEET READINESS CENTER
Created By
douglas.owen@navy.mil
Last Modified By
douglas.owen@navy.mil
Approved By
douglas.owen@navy.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Representative
Ashley Hinson
Last Modified: 1/31/24