N0001914G0021
Basic Ordering Agreement
Overview
Government Description
Basic Ordering Agreement.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Reported
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
None
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cedar Rapids, Iowa 52498 United States.
Subcontracting Plan This BOA has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This BOA has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Rockwell Collins was awarded
Basic Ordering Agreement N0001914G0021 (N00019-14-G-0021)
by
Naval Air Systems Command
in May 2014.
The BOA
has a duration of 5 years and
was awarded
through solicitation E-6B Carbon Brakes Modification
full & open
with
NAICS 336411 and
PSC 1510
via undisclosed acquisition procedures.
To date, $162,214,544 has been obligated through this vehicle with a potential value of all existing task orders of $168,282,090.
As of today, the BOA has a total reported backlog of $6,186,646 and funded backlog of $119,100.
DOD Announcements
Jul 2015:
Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $8,131,791 for cost-plus-fixed-fee delivery order 0006 against a previously issued basic ordering agreement (N00019-14-G-0021) for engineering integration efforts on the Digital Red Switch System (DRSS) in support of one E-6B Mercury aircraft. This DRSS modification will provide enhanced distribution of audio from mission radios and includes efforts in the systems integration lab. Work will be performed in Richardson, Texas (80 percent); and Patuxent River, Maryland (20 percent), and is expected to be completed in November 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount $6,491,321 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Sep 2016: Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $7,513,321 for firm-fixed-price delivery order 2502 against a previously issued basic ordering agreement (N00019-14-G-0021) for the procurement, fabrication, installation, and acceptance of the retrofit kits and workstation upgrades to 10 E-6B Block 1 aircraft, including labor, facilities, equipment, and material. Work will be performed in Richardson, Texas (94 percent); and Tinker Air Force Base, Oklahoma (6 percent), and is expected to be completed in November 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount $7,513,321will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.
Dec 2018: Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $8,704,807 for delivery order N0001919F0273 against a previously issued firm-fixed-price, cost-plus-fixed-fee, cost basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for the installation of the Digital Red Switch System (DRSS) kits into the Mission Avionics Systems Trainer (MAST), as well as the procurement of six DRSS kits for the aircraft and one for MAST. Work will be performed in Richardson, Texas, and is expected to be completed in September 2022. Fiscal 2018, and 2019 aircraft procurement (Navy) funds in the amount of $8,704,807 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Mar 2019: Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,824,692 for delivery order N0001919F0012 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 development of the facilities, equipment, and material required to implement the Block II Sustainment and Support System. Work will be performed in Richardson, Texas, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,824,692 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
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
Oct 2019: Collins Aerospace, Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $21,318,085 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2719) against a previously issued basic ordering agreement N00019-14-G-0021. This modification exercises an option that provides non-recurring engineering support to modernize the High Power Transmit System (HPTS) installed on the E-6B aircraft. This effort modernizes weapons replaceable assemblies and subsystems of the HPTS to avoid obsolescence. Work will be performed in Richardson, Texas (99%); and Cedar Rapids, Iowa (1%), and is expected to be completed in May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $21,318,085 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Sep 2016: Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $7,513,321 for firm-fixed-price delivery order 2502 against a previously issued basic ordering agreement (N00019-14-G-0021) for the procurement, fabrication, installation, and acceptance of the retrofit kits and workstation upgrades to 10 E-6B Block 1 aircraft, including labor, facilities, equipment, and material. Work will be performed in Richardson, Texas (94 percent); and Tinker Air Force Base, Oklahoma (6 percent), and is expected to be completed in November 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount $7,513,321will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.
Dec 2018: Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $8,704,807 for delivery order N0001919F0273 against a previously issued firm-fixed-price, cost-plus-fixed-fee, cost basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for the installation of the Digital Red Switch System (DRSS) kits into the Mission Avionics Systems Trainer (MAST), as well as the procurement of six DRSS kits for the aircraft and one for MAST. Work will be performed in Richardson, Texas, and is expected to be completed in September 2022. Fiscal 2018, and 2019 aircraft procurement (Navy) funds in the amount of $8,704,807 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Mar 2019: Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,824,692 for delivery order N0001919F0012 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 development of the facilities, equipment, and material required to implement the Block II Sustainment and Support System. Work will be performed in Richardson, Texas, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,824,692 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
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
Oct 2019: Collins Aerospace, Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $21,318,085 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2719) against a previously issued basic ordering agreement N00019-14-G-0021. This modification exercises an option that provides non-recurring engineering support to modernize the High Power Transmit System (HPTS) installed on the E-6B aircraft. This effort modernizes weapons replaceable assemblies and subsystems of the HPTS to avoid obsolescence. Work will be performed in Richardson, Texas (99%); and Cedar Rapids, Iowa (1%), and is expected to be completed in May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $21,318,085 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Status
(Complete)
Modified 1/30/19
Period of Performance
5/14/14
Start Date
5/13/19
Ordering Period End Date
Task Order Obligations and Backlog
$162.1M
Total Obligated
$162.2M
Current Award
$168.3M
Potential Award
$119.1K
Funded Backlog
$6.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0001914G0021
$-
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 N0001914G0021
Subcontract Awards
Disclosed subcontracts for N0001914G0021
Opportunity Lifecycle
Procurement history for N0001914G0021
Transaction History
Modifications to N0001914G0021
People
Suggested agency contacts for N0001914G0021
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Not Applicable
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
J4Q3HP6NHK47
Awardee CAGE
13499
Agency Detail
Awarding Office
N00019 NAVAL AIR SYSTEMS COMMAND
Funding Office
N00019 NAVAL AIR SYSTEMS COMMAND
Created By
james.m.smith@navy.mil
Last Modified By
james.m.smith@navy.mil
Approved By
james.m.smith@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
IA-01
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Mariannette Miller-Meeks
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Aircraft Procurement, Navy (017-1506) | Department of Defense-Military | Equipment (31.0) | $41,796,389 | 101% |
Last Modified: 1/30/19