Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
AWARD

12 -- Technology Insertion Hardware (TIH) 26

Notice Date
7/31/2024 2:38:41 PM
 
Notice Type
Award Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025324D5001
 
Archive Date
08/15/2024
 
Point of Contact
Dakota McGee, Phone: 3603158920
 
E-Mail Address
dakota.e.mcgee2.civ@us.navy.mil
(dakota.e.mcgee2.civ@us.navy.mil)
 
Award Number
N0025324D5001
 
Award Date
07/16/2024
 
Awardee
LAUREL TECHNOLOGIES PARTNERSHIP Johnstown PA 15904 USA
 
Award Amount
381839884.00
 
Description
Laurel Technologies Parternship, dba DRS Laurel Technologies, Johnstown, Pennsylvania, was awarded a maximum $417,221,175 fixed-price-incentive fee, cost-plus-incentive fee, cost-plus-fixed fee, and cost reimbursable indefinite-delivery/indefinite-quantity contract for development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. Work will be performed in Johnstown, Pennsylvania, Burnsville, Minnesota, and Largo, Florida and is expected to be completed in July 2029.� This contract was competitively procured via the System for Award Management website, with one offer received.� CPIF is selected for core capability development, design services, and in-service legacy support in order to provide flexibility required for rapid technology insertion.� CPIF is considered appropriate due to the magnitude of the scope of work and complexity, as well as schedule uncertainty.� The solicitation requirements are difficult to define to the degree of certainty necessary for fixed price contracting, making cost reimbursable the appropriate choice.� As the Government is able to define labor categories and costs to the extent that we can incentivize cost performance, a CPIF contracting vehicle is the proper choice.� The incentive fee component will incentivize cost control and a cost reimbursement contract allows the needed flexibility on these CLINs. A CPFF CLIN type was selected to procure material associated with items such as advanced production units, engineering development models, and end of life requirements.� For these items, the requirements are anticipated to be of nominal complexity where incentive fee would not be required to incentivize performance.� It is, however, still appropriate to pay a fixed fee for contractor oversight and management of the tasks.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68e08d86d86d43199c99fa6c5b484ff2/view)
 
Place of Performance
Address: Johnstown, PA 15904, USA
Zip Code: 15904
Country: USA
 
Record
SN07149772-F 20240802/240731230116 (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.