Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.