H9224115D0001
Indefinite Delivery Contract
Overview
Government Description
Caas System Integration&Modernization
Awardee
Awarding / 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
$142,328,000 (92% Used)
Related Opportunity
H9224114R0008
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).
Amendment Since initial award the Ordering Period End Date was extended from 11/30/19 to 05/29/20.
Subcontracting Plan This IDC has a Subcontracting Plan (without incentive). 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).
Amendment Since initial award the Ordering Period End Date was extended from 11/30/19 to 05/29/20.
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 H9224115D0001 (H92241-15-D-0001)
by
U.S. Special Operations Command
in November 2014.
The IDC
has a duration of 5 years 6 months and
was awarded
full & open
with
NAICS 334511 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $131,134,484 has been obligated through this vehicle.
The total ceiling is $142,328,000, of which 92% has been used.
As of today, the IDC has a total reported backlog of $13,356 and funded backlog of $13,356.
DOD Announcements
Nov 2014:
Rockwell Collins Inc., of Cedar Rapids, Iowa, is being awarded a $72,500,000, indefinite-delivery/indefinite-quantity contract to provide post deployment software support IV for the common architecture avionics system, cockpit management system and avionics management system for the Technology Applications Program Office to support the Army Special Operations aircraft fleet. The majority of the work will be performed in Cedar Rapids, Iowa. The last ordering period will end on Nov. 30, 2019. Fiscal 2015 operations and maintenance funds in the amount of $80,997 are being obligated at time of award on task order 0001. This contract was a non-competitive award in accordance with FAR 6.302-1. U.S. Special Operations Command, Tampa, Florida is the contracting activity (H92241-15-D-0001).
Dec 2018: Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $35,000,000 contract modification for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-15-D-0001) to provide post-deployment software support for the Common Avionics Architecture System. This modification increases the contract ceiling amount from $107,328,000 to $142,328,000. Each individual task order will be funded with procurement; research, development, testing and evaluation; and operations and maintenance appropriations, as appropriate, from the correct fiscal year at the time of obligation. This contract is not multiyear. Ordering periods will end on Nov. 30, 2019. This contract was awarded through noncompetitive procedures in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
Dec 2018: Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $35,000,000 contract modification for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-15-D-0001) to provide post-deployment software support for the Common Avionics Architecture System. This modification increases the contract ceiling amount from $107,328,000 to $142,328,000. Each individual task order will be funded with procurement; research, development, testing and evaluation; and operations and maintenance appropriations, as appropriate, from the correct fiscal year at the time of obligation. This contract is not multiyear. Ordering periods will end on Nov. 30, 2019. This contract was awarded through noncompetitive procedures in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
Status
(Complete)
Modified 10/20/20
Period of Performance
11/18/14
Start Date
5/29/20
Ordering Period End Date
Task Order Obligations and Backlog
$131.1M
Total Obligated
$131.1M
Current Award
$131.1M
Potential Award
$13.4K
Funded Backlog
$13.4K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under H9224115D0001
$-
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 H9224115D0001
Subcontract Awards
Disclosed subcontracts for H9224115D0001
Transaction History
Modifications to H9224115D0001
People
Suggested agency contacts for H9224115D0001
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
Plan Required (Incentive Not Included)
Cost Accounting Standards
No (Waiver Approved)
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
SWBKVD2EKUH7
Awardee CAGE
84T51
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241 AMSAM-SPK
Created By
stacey.n.walker2.civ@mail.mil
Last Modified By
stacey.n.walker2.civ@mail.mil
Approved By
stacey.n.walker2.civ@mail.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IA-01
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Mariannette Miller-Meeks
Last Modified: 10/20/20