DAAH2303D0015
Indefinite Delivery Contract
Overview
Government Description
None
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Vehicle Ceiling
$1 (>100% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cedar Rapids, Iowa 52498 United States.
Ceiling Exceeded Total obligated funds of $421,017,233 has exceeded the reported contract ceiling of $1. 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.
Amendment Since initial award the Ordering Period End Date was extended from 09/15/03 to 12/31/14.
Subcontracting Plan This IDC has a Subcontracting Plan (without incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Ceiling Exceeded Total obligated funds of $421,017,233 has exceeded the reported contract ceiling of $1. 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.
Amendment Since initial award the Ordering Period End Date was extended from 09/15/03 to 12/31/14.
Subcontracting Plan This IDC has a Subcontracting Plan (without incentive). The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Rockwell Collins was awarded
Indefinite Delivery Contract DAAH2303D0015 (DAAH23-03-D-0015)
by
ACC Redstone
in February 2003.
The IDC
has a duration of 11 years 10 months and
was awarded
full & open
with
NAICS 541511 and
PSC R414
via undisclosed acquisition procedures with 1 bid received.
To date, $327,056,772 has been obligated through this vehicle with a potential value of all existing task orders of $361,756,772.
Status
(Complete)
Modified 7/9/19
Period of Performance
2/6/03
Start Date
12/31/14
Ordering Period End Date
Task Order Obligations
$421.0M
Total Obligated
$327.1M
Current Award
$361.8M
Potential Award
Federal Award Analysis
Historical federal task order obligations under DAAH2303D0015
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
Contract Awards
Prime task orders awarded under DAAH2303D0015
Subcontract Awards
Disclosed subcontracts for DAAH2303D0015
Transaction History
Modifications to DAAH2303D0015
People
Suggested agency contacts for DAAH2303D0015
Competition
Number of Bidders
1
Solicitation Procedures
Not Applicable
Other Than Full and Open Competition
Unique Source
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Required (Incentive Not Included)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
J4Q3HP6NHK47
Awardee CAGE
13499
Agency Detail
Awarding Office
W58RGZ W6QK ACC-RSA
Funding Office
W58RGZ W6QK ACC-RSA
Created By
padds.w58rgz@cs.army.mil
Last Modified By
padds.w58rgz@ko.army.mil
Approved By
padds.w58rgz@ko.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Ashley Hinson
Last Modified: 7/9/19