AWARD
M -- ASP/TSA 2.0 Synopsis
- Notice Date
- 2/28/2018
- Notice Type
- Award Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-15-R-0090
- Archive Date
- 3/15/2018
- Point of Contact
- Eric M. Jackson, Phone: 3097827251, Stephanie A. Brown, Phone: 3097826083
- E-Mail Address
-
eric.m.jackson56.civ@mail.mil, stephanie.a.brown127.civ@mail.mil
(eric.m.jackson56.civ@mail.mil, stephanie.a.brown127.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W52P1J18C0002
- Award Date
- 2/28/2018
- Awardee
- Leidos, Inc., Leidos, Inc. <br />, 11951 Freedom Dr.<br />, Reston, Virginia 20190-5640, United States
- Award Amount
- $112,652,889.07
- Description
- This notice is in accordance with Federal Acquisition Regulation (FAR) 5.101 for the award of Contract W52P1J-18-C-0002. This notice is not a request for competitive proposals or quotations and a solicitation will not be issued for this requirement. The Army Contracting Command - Rock Island (ACC-RI) awards Contract W52P1J-18-C-0002 to Leidos, Inc. for performance of the Ammunition Supply Point (ASP) Theater Storage Area (TSA) in Kuwait (ASP/TSA 2.0). The ASP/TSA 2.0 will provide Class (CL) V munitions supply support for all ammunition stocks to U.S. Military/Government components, Department of Defense (DoD) agencies and, as required, coalition forces in the Central Command (CENTCOM) Area of Responsibility (AOR). The ASP/TSA 2.0 shall receive, store, and ship containerized and break bulk munitions. The ASP/TSA 2.0 shall also issue, configure, and maintain theater reserve munitions. Leidos, Inc. shall also support by conducting maintenance and repacking operations for munitions and residue. The principal functions of the ASP/TSA 2.0 are issuance, receipt and storage of munitions (both training and war reserve), munitions components, munitions packing and packaging material, and munitions related material. Contract W52P1J-18-C-0002 is a single award, hybrid Cost-Plus-Fixed-Fee (CPFF) contract with Performance-Based-Incentive-Fee (PBIF). The contract contains non-fee-bearing Cost-Reimbursable Contract Line Item Numbers (CLINS) for Materials, Equipment, and Other Direct Costs. The Base Period of Performance (PoP) for this contract is one-year, inclusive of a 90-day transition period and nine-months of full performance. The Phase-In Period and Base year are part of a single requirement and PoP. Five one-year evaluated option periods are available following the Base Period and may be exercised, if deemed necessary by the Government. The contract also includes a six-month Option to Extend Services IAW FAR 52.217-8 and FAR 52.237-3, Continuity of Services. Each Option will be funded separately. The PoPs are as follows: Base Year: 01 March 2018 - 28 February 2019 (includes 90-day transition) Option Period 1: 01 March 2019 - 29 February 2020 Option Period 2: 01 March 2020 - 28 February 2021 Option Period 3: 01 March 2021 - 28 February 2022 Option Period 4: 01 March 2022 - 28 February 2023 Option Period 5: 01 March 2023 - 28 February 2024 52.217-8 Extension: Six Months, IAW FAR 52.217-8, Option to Extend Services Solicitation W52P1J-15-R-0090 was posted on FedBizOps.gov on August 26, 2016. The initial ASP/TSA 2.0 solicitation W52P1J-15-R-0090 and Contract W52P1J-18-C-0002 include the following FAR clauses: 52.237-3, 52.217-8, and 52.217-9.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42701a7949679b05a74308322c7211ae)
- Place of Performance
- Address: Kuwait, Kuwait
- Record
- SN04837317-W 20180302/180228230913-42701a7949679b05a74308322c7211ae (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |