DoD awards $22.1M for Craney Island tank repairs to Weston Solutions Inc

Contract Overview

Contract Amount: $22,101,656 ($22.1M)

Contractor: Weston Solutions Inc

Awarding Agency: Department of Defense

Start Date: 2013-09-21

End Date: 2019-01-28

Contract Duration: 1,955 days

Daily Burn Rate: $11.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: IGF::CT::IGF FOR REPAIRS TO TANKS 40, 42, 43, 472, 473, 474, 475, 476, 477, 478, AND 479 LOCATED AT FLC CRANEY ISLAND, VA.

Place of Performance

Location: MECHANICSVILLE, HANOVER County, VIRGINIA, 23116

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $22.1 million to WESTON SOLUTIONS INC for work described as: IGF::CT::IGF FOR REPAIRS TO TANKS 40, 42, 43, 472, 473, 474, 475, 476, 477, 478, AND 479 LOCATED AT FLC CRANEY ISLAND, VA. Key points: 1. Contract awarded for essential repairs to multiple fuel tanks at FLC Craney Island. 2. Weston Solutions Inc. secured the contract, indicating potential specialization or prior performance. 3. The contract value of $22.1M suggests a significant scope of work for tank maintenance. 4. The sector involves critical infrastructure maintenance within the Department of the Navy.

Value Assessment

Rating: good

The contract value of $22.1M for tank repairs appears reasonable given the scope and duration. Benchmarking against similar large-scale infrastructure repair contracts would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to competitive pricing as multiple bidders vie for the contract.

Taxpayer Impact: Full and open competition generally ensures taxpayer funds are used efficiently by driving down costs through market forces.

Public Impact

Ensures operational readiness of critical fuel storage facilities for military operations. Supports infrastructure maintenance and longevity, preventing costly failures. Contributes to environmental safety by ensuring tank integrity and preventing leaks. Provides employment opportunities within the construction and maintenance sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the construction and maintenance sector, specifically for oil and gas infrastructure. Spending in this area is crucial for maintaining national energy security and military logistics capabilities.

Small Business Impact

The data indicates the prime contractor is Weston Solutions Inc. and does not specify any small business participation. Further analysis would be needed to determine if small businesses were subcontracted.

Oversight & Accountability

The contract was awarded by the Department of the Navy, a component of the Department of Defense. Standard oversight mechanisms for federal contracts would apply, including performance monitoring and financial audits.

Related Government Programs

Risk Flags

Tags

oil-and-gas-pipeline-and-related-structu, department-of-defense, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $22.1 million to WESTON SOLUTIONS INC. IGF::CT::IGF FOR REPAIRS TO TANKS 40, 42, 43, 472, 473, 474, 475, 476, 477, 478, AND 479 LOCATED AT FLC CRANEY ISLAND, VA.

Who is the contractor on this award?

The obligated recipient is WESTON SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $22.1 million.

What is the period of performance?

Start: 2013-09-21. End: 2019-01-28.

What is the historical performance record of Weston Solutions Inc. on similar DoD contracts?

Assessing Weston Solutions Inc.'s past performance on comparable Department of Defense contracts is crucial for evaluating reliability and quality. Reviewing contract close-out data, past performance questionnaires, and any documented issues or commendations can provide insights into their ability to meet schedule, cost, and technical requirements for similar infrastructure projects.

Are there any identified risks associated with the specific tank repair technologies or methodologies to be employed?

The specific repair technologies and methodologies are critical to understanding potential risks. An assessment should investigate the suitability and proven effectiveness of the chosen techniques for the identified tank conditions. Potential risks include unforeseen complexities during application, material compatibility issues, or the need for specialized equipment not readily available, which could impact cost and schedule.

How does the per-unit cost of repair compare to industry benchmarks for similar tank sizes and conditions?

Benchmarking the per-unit cost against industry standards for similar tank repairs is essential for value assessment. This involves comparing costs based on tank volume, material, age, and the type of repairs needed. Significant deviations from benchmarks, whether higher or lower, warrant further investigation into the specific contract requirements and market conditions.

Industry Classification

NAICS: ConstructionUtility System ConstructionOil and Gas Pipeline and Related Structures Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N6258308R0091

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weston Solutions Holdings, Inc. (UEI: 118341234)

Address: 1400 WESTON WAY, WEST CHESTER, PA, 19380

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $22,101,656

Exercised Options: $22,101,656

Current Obligation: $22,101,656

Subaward Activity

Number of Subawards: 19

Total Subaward Amount: $14,528,495

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6258309D0131

IDV Type: IDC

Timeline

Start Date: 2013-09-21

Current End Date: 2019-01-28

Potential End Date: 2019-01-28 00:00:00

Last Modified: 2018-04-24

More Contracts from Weston Solutions Inc

View all Weston Solutions Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending