AWARD
J -- P-8A Airframe Depot Maintenance and Repair
- Notice Date
- 1/15/2025 11:46:28 AM
- Notice Type
- Award Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001924R0002AN1
- Archive Date
- 01/31/2025
- Point of Contact
- Scott Segesdy, Samuel Thorn
- E-Mail Address
-
scott.a.segesdy.civ@navy.mil, samuel.p.thorn.civ@us.navy.mil
(scott.a.segesdy.civ@navy.mil, samuel.p.thorn.civ@us.navy.mil)
- Award Number
- N0001924D0109
- Award Date
- 09/13/2024
- Awardee
- AAR GOVERNMENT SERVICES INC Wood Dale IL 60191 USA
- Award Amount
- 633240594.00
- Description
- On 13 September 2024, as a result of full-and-open competitive solicitation N0001924R0002 for FY25-FY29 P-8A Poseidon Airframe Depot Maintenance and Repair, the Naval Air Systems Command (NAVAIR) awarded two Indefinite Delivery Indefinite Quantity Multiple Award Contracts (IDIQ MACs)- N0001924D0109 to AAR Government Services Inc. (AAR), Wood Dale, IL for $633,240,594 inclusive of the Option to Extend Services and N0001924D0120 and to L3Harris Technologies Integrated Systems (L3Harris), Waco, TX for $717116537 inclusive of the Option to Extend Services and N0001924D0112. The ordering period for each IDIQ MAC expires after 30 September 2029 unless NAVAIR invokes the Option to Extend Services clause which would extend the ordering period up to an additional 6 months. These IDIQ MACs enable the placement of orders to fulfill P-8A Poseidon aircraft depot scheduled and unscheduled maintenance requirements, depot In-Service Repair (ISR)/Planner & Estimator (P&E) requirements, technical directive incorporation requirements, airframe modifications requirements, and in-field maintenance support requirements for the U.S. Navy, the Royal Australian Air Force, and Foreign Military Sales customers. For AAR, work will be performed in Indianapolis, Indiana (73%), Miami, FL (8%) and Lake Charles, LA (8%) and for L3Harris, work will be performed in Waco, TX (77%) South Madison, MS (11%), Santa Clarita, CA (10%), and Grapevine, TX (2%). Each IDIQ MAC includes Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) CLINs. T&M CLINs are included in instances in which it was not possible at the time of placing each IDIQ MAC to estimate accurately the extent or duration of the work or to anticipate costs with any reasonable degree of confidence. Although the nature of work was known, the magnitude and complexity of each requirement that will arise during contract performance could not be predicted accurately. This synopsis is for informational purposes only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ca9df03d09747b3af99227d1995a10b/view)
- Place of Performance
- Address: Indianapolis, IN, USA
- Country: USA
- Country: USA
- Record
- SN07313051-F 20250117/250115230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |