Search IDVs

N6852023D0012

Indefinite Delivery Contract

Overview

Government Description
IDIQ FOR LEVEL OF EFFORT CONTRACT FOR MRO
Awardee
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
$234,844,742 (43% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Maryland 20688 United States.
Forecast Listed as the incumbent in contract forecast FRC_ASE_MROL FOLLOW ON - Maintenance, Repair, Overhaul, and Logistics Support (MRO-L) (C).
Recompete The following similar solicitation(s) may continue aspects of this idv: ASE Maintenance, Repair, Overhaul & Logistics (MROL) Support Services DRAFT RFP, ASE Maintenance, Repair, Overhaul & Logistics (MROL) Support Services Draft PWS
Arrows Edge was awarded Indefinite Delivery Contract N6852023D0012 (N68520-23-D-0012) by Fleet Readiness Center for Idiq For Level Of Effort Contract For Mro in July 2023. The IDC has a duration of 3 years and was awarded through solicitation Request for Proposal - Maintenance, Repair, Overhaul, and Logistics Support for Fleet Readiness Center, Aviation Support Equipment with a 8(a) set aside with NAICS 488190 and PSC J017 via direct negotiation acquisition procedures with 4 bids received. To date, $101,701,857 has been obligated through this vehicle with a potential value of all existing task orders of $107,898,533. The total ceiling is $234,844,742, of which 43% has been used. As of today, the IDC has a total reported backlog of $6,196,676.

DOD Announcements

Jun 2023: Arrow’s Edge LLC,* Huntsville, Alabama, is awarded a $200,025,257 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide maintenance, repair, overhaul, and logistics support for Fleet Readiness Center aviation support equipment, to include intermediate level and depot level scheduled, preventative and unscheduled, restorative maintenance; servicing, functional/operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; structural repairs, fabrication of parts; incorporation of modifications, support configuration, reclamation, and conversions; and perform corrosion control to include paint and final finish of support equipment. Work will be performed in Solomon’s Island, Maryland (30.2%); San Diego, California (22.4%); Portsmouth, Virginia (9.8%); Jacksonville, Florida (7.5%); Beaufort, South Carolina (6%); Lemoore, California (5.8%); New Orleans, Louisiana (5.6%); El Centro, California (4.7%); Cherry Point, North Carolina (3.6%); Fort Worth, Texas (3.4%); Everett, Washington (0.6%); and Williamsburg, Virginia (0.4%), and is expected to be completed in July 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was procured as an 8(a) program small business set-aside, four offers were received. The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852023D0012).

Status
(Open)

Modified 6/11/25
Period of Performance
7/31/23
Start Date
7/31/26
Ordering Period End Date
72.0% Complete

Task Order Obligations and Backlog
$101.7M
Total Obligated
$101.7M
Current Award
$107.9M
Potential Award
94% Funded
$0.0
Funded Backlog
$6.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N6852023D0012

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6852023D0012

$-

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 N6852023D0012

Subcontract Awards

Disclosed subcontracts for N6852023D0012

Opportunity Lifecycle

Procurement history for N6852023D0012

Transaction History

Modifications to N6852023D0012

People

Suggested agency contacts for N6852023D0012

Competition

Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
MP6WMNAL9G65
Awardee CAGE
8JHC3
Agency Detail
Awarding Office
N68520 FLEET READINESS CENTER
Funding Office
N68778 FLEET READINESS CENTER ASE
Created By
alexander.m.julian2@navy.mil
Last Modified By
alexander.m.julian2@navy.mil
Approved By
alexander.m.julian2@navy.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
AL-05
Senators
Tommy Tuberville
Katie Britt
Representative
Dale Strong
Last Modified: 6/11/25