FA873523DB003
Indefinite Delivery Contract
Overview
Government Description
THE CVRI1 PRODUCTION AND SUSTAINMENT IDIQ TO SUPPORT KGR-72. REFERENCE ATTACHMENT 1 FOR BASIC STATEMENT OF WORK (SOW).
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$99,500,000 (14% 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.
Sole Source This IDC 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 IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC 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 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 FA873523DB003 (FA8735-23-D-B003)
by
Naval Supply Systems Command
for The Cvri1 Production And Sustainment Idiq To Support Kgr-72. Reference Attachment 1 For Basic Statement Of Work (SOW).
in November 2022.
The IDC
has a duration of 10 years and
was awarded
full & open
with
NAICS 334290 and
PSC 5821
via sole source acquisition procedures with 1 bid received.
To date, $14,012,588 has been obligated through this vehicle with a potential value of all existing task orders of $40,046,880.
The total ceiling is $99,500,000, of which 14% has been used.
As of today, the IDC has a total reported backlog of $26,197,772 and funded backlog of $163,480.
Status
(Open)
Modified 4/17/24
Period of Performance
11/29/22
Start Date
11/30/32
Ordering Period End Date
Task Order Obligations and Backlog
$13.8M
Total Obligated
$14.0M
Current Award
$40.0M
Potential Award
$163.5K
Funded Backlog
$26.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA873523DB003
$-
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 FA873523DB003
Subcontract Awards
Disclosed subcontracts for FA873523DB003
Transaction History
Modifications to FA873523DB003
People
Suggested agency contacts for FA873523DB003
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
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
FA8735 FA8735 NUCLEAR NTW DIV AFNWC PZHN
Funding Office
F2BDEG F2BDEG AFNWC NCN
Created By
traci.renzella-molis.1@us.af.mil
Last Modified By
traci.renzella-molis.1@us.af.mil
Approved By
traci.renzella-molis.1@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Materials, Supplies, Articles & Equipment
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Ashley Hinson
Last Modified: 4/17/24