N0038322DZU01
Indefinite Delivery Contract
Overview
Government Description
T-700 ENGINE COMPONENTS REPAIR (PERFORMANCE BASED LOGISTICS) SUPPORT. THIS CONTRACT PROVIDES FOR THE REPAIR, UPGRADE OR REPLACEMENT, INVENTORY MANAGEMENT, AND REQUIRED SUPPLY RESPONSE TIMES OF TWO T-700 ENGINE COMPONENTS IN SUPPORT OF THE NAVY’S H-60 SEAHAWK AND THE MARINE CORPS’ AH-1 COBRA HELICOPTERS.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$131,599,287 (>100% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Lynn, Massachusetts 1905 United States.
Sole Source This IDC was awarded sole source to General Electric Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ceiling Exceeded Total obligated funds of $134,212,128 has exceeded the reported contract ceiling of $131,599,287. 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.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to General Electric Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Ceiling Exceeded Total obligated funds of $134,212,128 has exceeded the reported contract ceiling of $131,599,287. 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.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
General Electric Company was awarded
Indefinite Delivery Contract N0038322DZU01 (N00383-22-D-ZU01)
by
Naval Supply Systems Command
for T-700 Engine Components Repair (Performance Based Logistics) Support
in September 2021.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 336412 and
PSC 1680
via sole source acquisition procedures with 1 bid received.
To date, $820,668,181 has been obligated through this vehicle.
The total ceiling is $131,599,287, of which 101% has been used.
As of today, the IDC has a total reported backlog of $686,456,052 and funded backlog of $686,456,052.
DOD Announcements
Oct 2021:
General Electric Aviation, Lynn, Massachusetts, is awarded a not-to-exceed $131,600,000 firm-fixed-price, indefinite delivery, performance-based logistics requirements contract for the repair, upgrade or replacement; inventory management; and required supply response times of two T-700 engine components in support of the Navy’s H-60 Seahawk and the Marine Corp’s AH-1 Cobra helicopters. The contract will include a five-year base period with no options. Work will be performed in Lynn, Massachusetts (50%); and Arkansas City, Kansas (50%). Work is expected to be completed by September 2026. No funds will be obligated at time of award. Annual working capital funds (Navy) will be used as delivery orders are issued. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Defense Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-ZU01).
Status
(Open)
Modified 1/18/24
Period of Performance
9/30/21
Start Date
9/30/26
Ordering Period End Date
Task Order Obligations and Backlog
$134.2M
Total Obligated
$820.7M
Current Award
$820.7M
Potential Award
$686.5M
Funded Backlog
$686.5M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N0038322DZU01
$-
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 N0038322DZU01
Subcontract Awards
Disclosed subcontracts for N0038322DZU01
Transaction History
Modifications to N0038322DZU01
People
Suggested agency contacts for N0038322DZU01
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
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
E3HYKKLT5ZT1
Awardee CAGE
99207
Agency Detail
Awarding Office
N00383 NAVSUP WEAPON SYSTEMS SUPPORT
Funding Office
N00383 NAVSUP WEAPON SYSTEMS SUPPORT
Created By
debra.zaslow@navy.mil
Last Modified By
debra.zaslow@navy.mil
Approved By
debra.zaslow@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
MA-06
Senators
Edward Markey
Elizabeth Warren
Elizabeth Warren
Representative
Seth Moulton
Last Modified: 1/18/24