PRIOR CONTRACT INFORMATION Sample Clauses
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contracts N69450-16-D-2104 and N69450-17-D-1707. The following information applies to those contracts. No assurances are made that workload and volume of future effort and costs will replicate past experience. This information is provided merely for informational purposes:
1) Contract Number N69450-16-D-2104 The ▇▇▇▇ Group, Inc. ▇▇▇ ▇▇▇▇▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇▇ ▇▇▇ ▇▇▇▇▇▇▇▇▇ ▇▇▇▇, ▇▇ ▇▇▇▇▇ Period of Performance Recurring (FFP) Non-Recurring (IDIQ) Total Base Year 1 Oct 16 – 30 Sep 17 $2,164,757.94 $1,980,259.40 $4,145,017.34 Option Period 1 1 Oct 17 – 30 Sep 18 $2,285,675.80 $1,980,259.40 $4,265,935.20 Option Period 2 1 Oct 18 – 30 Sep 19 $2,294,700.44 $1,980,259.40 $4,274,959.84 Option Period 3 1 Oct 19 – 30 Sep 20 $2,463,513.90 $1,980,259.40 $4,443,773.30 Option Period 4 1 Oct 20 – 30 Sep 21 $2,573,967.16 $1,980,259.40 $4,554,226.56 Total $11,782,615.24 $9,901,297.00 $21,683,912.24
2) Contract Number N69450-17-D-1707 Government Contracting Resources, Inc. Pinehurst, NC 28374 Period of Performance Recurring (FFP) Non-Recurring (IDIQ) Total Base Period 1 Oct 2017 – 30 Sep 2018 $1,421,374.07 $42,843.50 $1,464,217.57 Option Period 1 1 Oct 2018 – 30 Sep 2019 $1,453,403.47 $100,000.00 $1,553,403.47 Option Period 2 1 Oct 2019 – 30 Sep 2020 $1,484,413.51 $193,851.92 $1,678,265.43 Option Period 3 1 Oct 2020 – 30 Sep 2021 $1,508,694.22 $294,891.51 $1,803,585.73 Total $5,867,885.27 $631,586.93 $6,499,472.20 Section B - Supplies or Services and Prices
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N33191-20-D-0001 and N62470-14-D-6002 for similar services. Contract N62470-14-D-6002 was awarded to G4S Government Solutions, Inc. and Contract N33191-20-D-0001 has been awarded to Gulf Master General Trading LLC. The current year’s combined contracts total estimated price for the Recurring Work (firm fixed price) and the Non-Recurring Work (indefinite delivery- indefinite quantity) is $7,398,572.02. This information is provided for information purposes only. Prospective Offerors are cautioned that they should not rely on this information to determine workload as there is no assurance that workload and volume of future effort and costs will replicate past experience. ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001 UNDEFINED Each BASE PERIOD RECURRING WORK FFP The total price for this CLIN represents the total Base Period for BOS Services at U.S. Navy Compound, Quay 9, Jebel Ali, Fujairah, Al Minhad and other locations located in the UAE for recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) A001 - A028 FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0002 UNDEFINED Each BASE PERIOD NON-RECURRING WORK FFP The total price for this CLIN represents the total Base Period for BOS Services at U.S. Navy Compound, Quay 9, Jebel Ali, Fujairah, Al Minhad and other locations located in the UAE for non-recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) A700 - A708 FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0003 UNDEFINED Each OPTION OPTION PERIOD ONE RECURRING WORK FFP The total price for this CLIN represents the total Option Period One (twelve months) for BOS Services at U.S. Navy Compound, ▇▇▇▇ ▇, ▇▇▇▇▇ ▇▇▇, ▇▇▇▇▇▇▇▇, ▇▇ ▇▇▇▇▇▇ and other locations located in the UAE for recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) B001 - B028 FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0004 UNDEFINED Each OPTION OPTION PERIOD ONE NON-RECURRING WORK FFP The total price for this CLIN represents the total Option Period One (twelve months) for BOS Services at U.S. Navy Compound, Quay 9, Jebel Ali, Fujairah, Al Minhad and other locations located in the UAE for non-recurri...
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N62470-15-D-4005 for similar services. Contract N62470-15-D-4005 was awarded to ▇▇▇▇▇▇ ▇▇▇▇▇▇▇ Contracting Ltd. The current year’s total estimated price for the Recurring Work (firm fixed price) is $108,800.00 and the Non-Recurring Work (indefinite delivery- indefinite quantity) is $62,305.00. This information is provided for information purposes only. Prospective Offerors are cautioned that they should not rely on this information to determine workload as there is no assurance that workload and volume of future effort and costs will replicate past experience.
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N69450-17-D-6006, which is due to expire on 30 September 2020. The following information applies to that contract. No assurances are made that workload and volume of future effort and costs will replicate past experience. This information is provided merely for informational purposes: Contract Number N69450-17-D-6006 HP Group, LLC ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇ ▇▇▇▇▇▇ ▇▇▇▇, ▇▇ ▇▇▇▇▇-5305 Period of Performance FFP IDIQ Total Base 1 Feb 2017 - 30 Sep 2017 $551,986.30 $76,501.70 $628,488.00 Option 1 1 Oct 2017 – 30 Sep 2018 $638,252.84 $96,575.39 $734,828.23 Option 1 NSWC 5 Nov 2017 – 30 Sep 2018 $267,662.28 $0.00 $267,662.28 Option 2 1 Oct 2018 – 30 Sep 2019 $915,724.56 $96,981.64 $1,012,706.20 Option 3 1 Oct 2019 – 30 Sep 2020 $926,599.91 $97,397.94 $1,023,997.85 Section B - Supplies or Services and Prices The contract pricing is structured into 18 Contract Line Item Numbers (CLINs). The base period is covered by CLINs 0001 and 0002. Each of the seven one-year option periods is likewise covered by two CLINs. The FFP/recurring work base period requirement and the overall guaranteed minimum for the contract is CLIN 0001. CLINs 0003, 0005, 0007, 0009, 0011, 0013, 0015 and 0017 account for the recurring work requirements in each option period. CLINs 0002, 0004, 0006, 0008, 0010, 0012, 0014, 0016 and 0018 contain non-recurring work requirements that are pre-priced as part of your offer.
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N69450-18-D-1705, which is due to expire on 30 September 2022. The following information applies to that contract. No assurances are made that workload and volume of future effort and costs will replicate past experience. This information is provided merely for informational purposes: Contract Number N69450-18-D-1705 Government Contracting Resources, Inc. ▇▇▇ ▇▇▇▇ ▇▇▇▇ Pinehurst, NC 28374-8751 Period of Performance Recurring Non-Recurring Total Base 1 January 2018 – 30 September 2018 $2,623,806.66 $892,808.50 $3,516,615.16 Option 1 1 October 2018 – 30 September 2019 $3,375,874.60 $676,479.00 $4,052,353.60 Option 2 1 October 2019 – 30 September 2020 $3,625,079.42 $630,696.98 $4,255,776.40 Option 3 1 October 2020 – 30 September 2021 $3,514,562.17 $1,000,859.52 $4,515,421.69 Option 4 1 October 2021 – 30 September 2022 $3,520,115.74 $850,162.50 $4,370,278.24 Section B - Supplies or Services and Prices The contract pricing is structured into 18 Contract Line Item Numbers (CLINs). The base period is covered by CLINs 0001 and 0002. Each of the seven one-year option periods is likewise covered by two CLINs. The FFP/recurring work base period requirement and the overall guaranteed minimum for the contract is CLIN 0001. CLINs 0003, 0005, 0007, 0009, 0011, 0013, 0015, and 0017 account for the recurring work requirements in each option period. CLINs 0002, 0004, 0006, 0008, 0010, 0012, 0014, 0016, and 0018 contain non-recurring work requirements that are pre-priced as part of your offer. Section B CLINs are supported by Section J Exhibit Line Item Numbers (ELINs). Before Pricing Section B, complete the Section J ELINs Attachment Excel spreadsheet. The spreadsheet includes multiple worksheets which must be completed. Submit the completed spreadsheet with your proposal in hard copy and electronic format. The spreadsheet contains 18 tabs of ELINs, each corresponding to a Section B CLIN. They are identified for example, as: “CLIN 0001 Base RW” (Recurring Work), “CLIN 0002 Base N-RW” (Non-Recurring Work), “CLIN 0003 1st Option RW”, “CLIN 0004 1st N- RW”, etc. ELINS with prefix “A” support the Base Period, ELINs with prefix “B” support Option Period 1, ELINs with prefix “C” support Option Period 2. ELINs with prefix “D” support Option Period 3, ELINs with prefix “E” support Option Period 4, ELINs with prefix “F” support Option Period 5, ELINs with prefix “G” support Option Period 6, ELINs with prefix ...
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N33191-15-D-0805 for similar services. Contract N33191-15-D-0805 was awarded to Newimar Sociedad Anonima. The currents year’s total estimated price for the Recurring Work (firm fixed price) is $9,085,429.92 and the Non-Recurring Work (indefinite delivery- indefinite quantity) is $1,842,499.04. This information is provided for information purposes only. Prospective Offerors are cautioned that they should not rely on this information to determine workload as there is no assurance that workload and volume of future effort and costs will replicate past experience. ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001 UNDEFINED Each BASE PERIOD RECURRING WORK FFP The total price for this CLIN represents the total Base Period for BOS Services at U.S. Naval Station Rota, Spain for recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0002 UNDEFINED Each BASE PERIOD NON-RECURRING WORK FFP The total price for this CLIN represents the total Base Period for BOS Services at U.S. Naval Station Rota, Spain for non-recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0003 UNDEFINED Each OPTION OPTION PERIOD ONE RECURRING WORK FFP The total price for this CLIN represents the total Option Period One (twelve months)for BOS Services at U.S. Naval Station Rota, Spain for recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0004 UNDEFINED Each OPTION OPTION PERIOD ONE NON-RECURRING WORK FFP The total price for this CLIN represents the total Option Period One (twelve months) for BOS Services at U.S. Naval Station Rota, Spain for non-recurring work in accordance with the PWS and all applicable attachments. Exhibit Line Item Numbers (ELINs) FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0005 UNDEFINED Each OPTION OPTION PERIOD TWO RECURRING WORK FFP The total price for this CLIN represents the total Option Period Two (twelve months) for BOS Services at U.S. Naval Station Rota, Spain for recurring work ...
PRIOR CONTRACT INFORMATION. The BOS services for NSF Redzikowo, Poland are currently performed via task order N3319118F4417 under contract N62742-16-D-3551, Global Contingency Support Multiple Award Contract II (GCSMACII) administered out of NAVFAC PAC. This information is provided for information purposes only. Prospective Offerors are cautioned that they should not rely on this information to determine workload as there is no assurance that workload and volume of future effort and costs will replicate past experience.
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contract N69450-18-D-2013, which is due to expire on 31 March 2022. The following information applies to that contract. No assurances are made that workload and volume of future effort and costs will replicate past experience. This information is provided merely for informational purposes: Contract Number N69450-18-D-2013 Pensacola Bay Support Services, LLC ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇ ▇▇▇▇▇▇ Cape Canaveral, FL 32920-3721 Period of Performance Recurring Non-recurring Total Base Year 1 Apr 18 – 31 Mar 19 $18,304,177.13 $4,504,325.92 $22,808,503.05 Option Period 1 1 Apr 19 – 31 Mar 20 $18,591,352.47 $4,535,276.52 $23,126,628.99 Option Period 2 1 Apr 20 – 31 Mar 21 $19,600,477.86 $9,797,195.51 $29,397,673.37 Option Period 3 1 Apr 21 – 31 Mar 22 $18,938,890.00 $4,793,768.16 $23,732,658.16 Option Period 4 1 Apr 22 – 31 Mar 23 Unexercised Option Unexercised Option Unexercised Option Option Period 5 1 Apr 23 – 31 Mar 24 Unexercised Option Unexercised Option Unexercised Option Option Period 6 1 Apr 24 – 31 Mar 25 Unexercised Option Unexercised Option Unexercised Option Option Period 7 1 Apr 25 – 31 Mar 26 Unexercised Option Unexercised Option Unexercised Option *Total excludes unexercised options Section B - Supplies or Services and Prices
PRIOR CONTRACT INFORMATION. The contract issued as a result of this solicitation will replace contracts N69450-17-D-6010; N69450-18-D-6006; and N69450-21-D-0005, which are due to expire on 30 September 2022. The following information applies to those contracts. No assurances are made that workload and volume of future effort and costs will replicate past experience. This information is provided merely for informational purposes:
1. Contract Number N69450-17-D-6010 The HP Group, LLC ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇ ▇▇▇▇▇▇ Dunn, NC 28334-5305 Period of Performance FFP IDIQ Total Base 15OCT17-14OCT18 $ 658,136.94 $ 91,946.40 $ 750,083.34 Option 1 15OCT18-14OCT19 $ 682,792.74 $ 91,946.40 $ 774,739.14 Option 2 15OCT18-14OCT20 $ 700,071.42 $ 91,946.40 $ 792,017.82 Option 3 15OCT20-14OCT21 $ 709,193.22 $ 91,946.40 $ 801,139.62 Option 4 15OCT21-14OCT22 $ 739,775.04 $ 91,946.40 $ 831,722.34 Totals $ 3,489,970.26 $ 459,732.00 $ 3,949,702.26
2. Contract Number N69450-18-D-6006 Superior Tasking Advantage Contracting, Inc. ▇▇▇ ▇▇▇▇▇ ▇▇▇ ▇▇▇▇▇▇ ▇ Gadsden, AL 35901-4253 Period of Performance FFP IDIQ Total Base 14MAR18-30SEP18 $ 325,617.91 $ 113,368.53 $ 438,986.44 Option 1 01OCT18-30SEP19 $ 617,895.82 $ 215,836.03 $ 833,731.85 Option 2 01OCT19-30SEP20 $ 625,197.82 $ 217,083.39 $ 842,281.21 Option 3 01OCT20-30SEP21 $ 632,966.44 $ 218,368.43 $ 851,334.87 Option 4 01OCT21-30SEP22 $ 640,509.34 $ 219,691.79 $ 860,201.13 Totals $ 2,842,187.33 $ 984,348.17 $ 3,826,535.50
