Search Prime Contracts

N0001914G0021-N0001919F2719

Delivery Order

Overview

Government Description
High Power Transmit System Modernization
Place of Performance
Richardson, TX 75082 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Analysis Notes
Forecast Listed as the incumbent award in contract forecast E6B/VLF/ HPTS Modernization Kits, Installations & Trainers (24G0017/25F0025).
Amendment Since initial award the Potential End Date has been extended from 05/31/22 to 08/30/24 and the Potential Award value has increased 10% from $51,344,845 to $56,669,234.
Sole Source This Delivery Order was awarded sole source to Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Rockwell Collins was awarded Delivery Order N0001919F2719 (N00019-19-F-2719) for High Power Transmit System Modernization worth up to $56,669,234 by Naval Air Systems Command in April 2019. The contract has a duration of 5 years 4 months and was awarded through solicitation N0001919R2719 full & open with NAICS 336411 and PSC 5821 via sole source acquisition procedures with 1 bid received.

DOD Announcements

Apr 2019: AUS-Veterans NW JV, LLC*, Kotzebue, Alaska (N4425518D5020); Bering P&L JV*, Anchorage, Alaska (N4425518D5021); GSI Pacific Inc.,*, Honolulu, Hawaii (N4425518D5022); Silver Mountain Construction, LLC*, Bremerton, Washington (N4425518D5023); Valdez Washington Patriot JV*, Oak Harbor, Washington (N4425518D5024); and WHH Nisqually Federal Services, LLC*, Olympia, Washington (N4425518D5025), are each awarded a modification to increase the contract maximum not-to-exceed amount for the small disadvantaged business multiple award construction contract (SMACC) by $50,000,000 from $99,000,000 to $149,000,000.  The SMACC is an indefinite-delivery indefinite-quantity multiple award construction contract for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of operations (AO).  The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC Northwest AO.  Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities.  All work on this contract will be performed primarily within the NAVFAC Northwest AO, which includes Washington State (90 percent), Alaska (1 percent), Idaho (1 percent), Iowa (1 percent), Minnesota (1 percent), Montana (1 percent), Nebraska (1 percent), North Dakota (1 percent), Oregon (1 percent), South Dakota (1 percent), and Wyoming (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of August 2023.  No funds will be obligated at the time of award.  Funds will be obligated at individual task orders are issued.  Task orders will be primarily funded by military construction, (Navy); operation and maintenance, (Navy) and Navy working capital funds.  This contract was competitively procured via the Federal Business Opportunities website with 30 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded $30,026,760 for task order N0001919F2719 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft.  This order provides for non-recurring engineering for mod

Status
(Complete)

Last Modified 9/27/24
Period of Performance
4/11/19
Start Date
8/30/24
Current End Date
8/30/24
Potential End Date
100% Complete

Obligations
$56.7M
Total Obligated
$56.7M
Current Award
$56.7M
Potential Award
100% Funded

Award Hierarchy

Basic Ordering Agreement

N0001914G0021

Delivery Order

N0001914G0021-N0001919F2719

Subcontracts

-

Activity Timeline

Interactive chart of timeline of amendments to N0001914G0021-N0001919F2719

Subcontract Awards

Disclosed subcontracts for N0001914G0021-N0001919F2719

Transaction History

Modifications to N0001914G0021-N0001919F2719

People

Suggested agency contacts for N0001914G0021-N0001919F2719

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
None

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
Airframes And Spares
IT Commercial Item Category
Not Applicable
Awardee UEI
J4Q3HP6NHK47
Awardee CAGE
13499
Agency Detail
Awarding Office
N00019 NAVAL AIR SYSTEMS COMMAND
Funding Office
N00019
Created By
louise.hartshorn@navy.mil
Last Modified By
louise.hartshorn@navy.mil
Approved By
louise.hartshorn@navy.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
TX-32
Senators
John Cornyn
Ted Cruz
Representative
Colin Allred

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Aircraft Procurement, Navy (017-1506) Department of Defense-Military Equipment (31.0) $51,344,845 100%
Modified: 9/27/24