N0038322DSS01
Indefinite Delivery Contract
Overview
Government Description
5 YEAR PERFORMANCE BASED LOGISTICS (PBL) CONTRACT FOR THE SUPPORT OF 226 ITEMS.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$164,374,426
Vehicle Ceiling
$164,374,426 (34% Used)
Related Opportunity
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 N0038322DSS01 (N00383-22-D-SS01)
by
Naval Supply Systems Command
for 5 Year Performance Based Logistics (PBL) Contract For The Support Of 226 Items.
in September 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation 1680 - See Attachment
full & open
with
NAICS 336413 and
PSC 5998
via sole source acquisition procedures with 1 bid received.
To date, $68,021,405 has been obligated through this vehicle with a potential value of all existing task orders of $76,240,126.
The total ceiling is $164,374,426, of which 34% has been used.
As of today, the IDC has a total reported backlog of $19,724,931 and funded backlog of $11,506,210.
DOD Announcements
Sep 2022:
Collins Aerospace, Cedar Rapids, Iowa, is awarded a $164,374,426 performance-based logistics requirements contract for supply chain management for 226 weapon replaceable assemblies/shop replaceable assemblies in support of the F/A-18 A-F and E/A-18 G heads up displays units as well as the tactical air navigation system common to the EA-6, KC-130, S-3B, MH-60, SH-60 and the V-22 and the control display unit, supporting the C-2A, E-2C, TE-2/C, P-3C, and the EP-3E aircraft. The contract will include a five-year base period with no options. Work will be performed in Cedar Rapids, Iowa (45%); Jacksonville, Florida (30%); and San Diego, California (25%). Work is expected to be completed by September 2027. Annual working capital (Navy) funds in the amount of $21,368,675 will be issued for delivery order (N00383-22-F-0SS0) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SS01).
Oct 2023: Collins Aerospace, Cedar Rapids, Iowa, was awarded a $10,490,356 firm-fixed-price delivery order (N00383-24-F-0SS0) under a previously awarded performance-based logistics requirements contract (N00383-22-D-SS01) for 388 parts used to repair the heads up displays on the F/A-18 aircrafts. This life-of-type procurement contract has no options and is expected to be completed by September 2029. All work will be performed in Greenwood, Indiana. Annual working capital funds (Navy) in the amount of $5,461,474 will be obligated at time of award. Aircraft procurement (Navy) funds will be used for remaining amount. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Oct. 30, 2023)
Oct 2023: Collins Aerospace, Cedar Rapids, Iowa, was awarded a $10,490,356 firm-fixed-price delivery order (N00383-24-F-0SS0) under a previously awarded performance-based logistics requirements contract (N00383-22-D-SS01) for 388 parts used to repair the heads up displays on the F/A-18 aircrafts. This life-of-type procurement contract has no options and is expected to be completed by September 2029. All work will be performed in Greenwood, Indiana. Annual working capital funds (Navy) in the amount of $5,461,474 will be obligated at time of award. Aircraft procurement (Navy) funds will be used for remaining amount. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Oct. 30, 2023)
Status
(Open)
Modified 1/26/24
Period of Performance
9/25/22
Start Date
9/25/27
Ordering Period End Date
Task Order Obligations and Backlog
$56.5M
Total Obligated
$68.0M
Current Award
$76.2M
Potential Award
$11.5M
Funded Backlog
$19.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0038322DSS01
$-
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 N0038322DSS01
Subcontract Awards
Disclosed subcontracts for N0038322DSS01
Opportunity Lifecycle
Procurement history for N0038322DSS01
Transaction History
Modifications to N0038322DSS01
People
Suggested agency contacts for N0038322DSS01
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
SWBKVD2EKUH7
Awardee CAGE
84T51
Agency Detail
Awarding Office
N00383 NAVSUP WEAPON SYSTEMS SUPPORT
Funding Office
N00383 NAVSUP WEAPON SYSTEMS SUPPORT
Created By
kristen.visconto@navy.mil
Last Modified By
kristen.visconto@navy.mil
Approved By
kristen.visconto@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IA-01
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Mariannette Miller-Meeks
Last Modified: 1/26/24