Search IDVs

N6852023D0007

Indefinite Delivery Contract

Overview

Government Description
Fleet readiness center southwest (FRCSW) Depot Level Maintenance (DLM) provides services for aircraft, aircraft engines, and associated components/material undergoing depot level maintenance, including rework of existing aviation end items, systems, and components, and manufacture of items and component parts otherwise not available. The contractor performs DLM on aircraft such as AV-8, C-130, C-2, E-2, EA-6B, F/A-18, H-1, H-53, H-60, MQ-8, P-3, P-8, F-35, and V-22, as well as emerging new aircraft workload and associated systems, equipment, and components. Includes modernization, conversion, in-service repair, assembly, disassembly, and all other categories of aircraft maintenance, with support provided at FRCSW north island, satellite sites, and for aircraft deployed within the United States as required. Intermediate and depot level maintenance support is also provided for aircraft at satellite locations including lemoore, camp pendleton, miramar, whidbey island, cannon, and kaneohe bay.
Pricing
Cost Plus Fixed Fee
Set Aside
8(A) Competed (8A)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$408,216,896 (47% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92135 United States.
Aircraft Readiness Alliance II was awarded Indefinite Delivery Contract N6852023D0007 (N68520-23-D-0007) by Fleet Readiness Center for Fleet Readiness Center Southwest (FRCSW) Depot Level Maintenance (DLM) in July 2023. The IDC has a duration of 5 years and was awarded through solicitation Depot Level Maintenance (DLM) Support Services FRCSW, North Island, CA with a 8(a) set aside with NAICS 336411 and PSC J015 via direct negotiation acquisition procedures with 6 bids received. To date, $237,373,233 has been obligated through this vehicle with a potential value of all existing task orders of $377,841,709. The total ceiling is $408,216,896, of which 47% has been used. As of today, the IDC has a total reported backlog of $184,557,868 and funded backlog of $44,089,392.

DOD Announcements

May 2023: Aircraft Readiness Alliance II LLC,* Anchorage, Alaska, is awarded a $408,216,896 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide depot level maintenance services for aircraft, aircraft engines and associated components/materials, to include the rework of existing aviation end items, systems and components and the manufacture of items and component parts that are otherwise not available. Additionally, this contract provides for modernization, conversion, in-service repair, disassembly, and all other categories of aircraft depot level maintenance in support of AV-8B, C-130, C-2, E-2, EA-6B, F/A-18, H-1, H-53, H-60, MQ-8, P-3, P-8, F-35, and V-22 aircraft and associated systems, equipment and components in support of the Fleet Readiness Center Southwest for the Navy. Work will be performed in San Diego, California (67%); Lemoore, California (labor surplus area) (17%) ; Camp Pendleton, California (5%); Miramar, California (4%); Whidbey Island, Washington (4%); Cannon, New Mexico (2%); and Kaneohe Bay, Hawaii (1%), and is expected to be completed in July 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside, six offers were received. The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852023D0007).

Status
(Open)

Modified 2/27/24
Period of Performance
7/31/23
Start Date
7/31/28
Ordering Period End Date
54.0% Complete

Task Order Obligations and Backlog
$193.3M
Total Obligated
$237.4M
Current Award
$377.8M
Potential Award
51% Funded
$44.1M
Funded Backlog
$184.6M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6852023D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6852023D0007

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under N6852023D0007

Subcontract Awards

Disclosed subcontracts for N6852023D0007

Opportunity Lifecycle

Procurement history for N6852023D0007

Transaction History

Modifications to N6852023D0007

People

Suggested agency contacts for N6852023D0007

Competition

Number of Bidders
6
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
YML5PYS652E6
Awardee CAGE
97M91
Agency Detail
Awarding Office
N68520 FLEET READINESS CENTER
Funding Office
N68520 FLEET READINESS CENTER
Created By
tiffany.crayle@navy.mil
Last Modified By
sandra.gwynn@sa1700.navair
Approved By
tiffany.crayle@navy.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Representative
Mary Peltola
Last Modified: 2/27/24