DoD's $932M contract for vibration and sound solutions awarded to VIBRATION & SOUND SOLUTIONS LIMITED in 1997

Contract Overview

Contract Amount: $15,195,132 ($15.2M)

Contractor: Vibration & Sound Solutions Limited

Awarding Agency: Department of Defense

Start Date: 1997-08-06

End Date: 2003-02-18

Contract Duration: 2,022 days

Daily Burn Rate: $7.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: 199712!1700!0815!E614B!OFFICE OF NAVAL RESEARCH, HEADQU!N0001497C0140 !A!*!* !19970806!19990731!932728603!932728603!932728603!N!08RZ7!VIBRATION & SOUND SOLUTIONS LI!809 N ROYAL ST !ALEXANDRIA !VA!22314!01000!510!51!ALEXANDRIA !ALEXANDRIA (CITY) !VIRGINIA !0001!+000001254095!N!N!000000000000!AC33!RDTE/SHIPS-ADV TECH DEV !A3 !SHIPS !2000!NOT DISCERNABLE OR CLASSIFIED !8731!3!*!*!*!B!A!*!A !N!U!2!002!E!* !Z!Y!Z!* !* !N!B!*!A!*!A!A!A!*!* !*!N!A!B!N!*!*!*!*!*!

Place of Performance

Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22314

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $15.2 million to VIBRATION & SOUND SOLUTIONS LIMITED for work described as: 199712!1700!0815!E614B!OFFICE OF NAVAL RESEARCH, HEADQU!N0001497C0140 !A!*!* !19970806!19990731!932728603!932728603!932728603!N!08RZ7!VIBRATION & SOUND SOLUTIONS LI!809 N ROYAL ST !ALEXANDRIA !VA!22314!01000!510!51!ALEXANDRIA !ALEXAN… Key points: 1. Contract value of over $932 million suggests a significant, long-term need for specialized acoustic and vibration services. 2. The contract was awarded under full and open competition, indicating a broad search for qualified vendors. 3. The use of a Cost Plus Fixed Fee (CPFF) pricing structure suggests that the full scope of work may have been difficult to define upfront, potentially leading to cost overruns. 4. The contract duration of over 5 years (from 1997 to 2003) points to a substantial and ongoing requirement. 5. The primary recipient agency is the Office of Naval Research, highlighting a focus on naval technology and development. 6. The contract's classification as 'RDTE/SHIPS-ADV TECH DEV' indicates it supports advanced research, development, testing, and evaluation for naval platforms.

Value Assessment

Rating: fair

The total award amount of $932,728,603 over a period of approximately 5.5 years represents a substantial investment. Without specific deliverables or performance metrics, it is difficult to benchmark the value for money. The Cost Plus Fixed Fee (CPFF) contract type, while common for R&D, can lead to higher costs if not managed carefully, as the contractor is incentivized to incur costs to earn a fixed fee. Comparing this to similar contracts for advanced acoustic and vibration solutions in the naval sector would be necessary for a more precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. While this indicates an initial broad solicitation, the 'exclusion of sources' clause suggests that certain potential bidders may have been disqualified or not considered after the initial open competition phase. The number of bidders is not specified, making it challenging to fully assess the level of competition and its impact on price discovery.

Taxpayer Impact: The full and open competition, even with exclusions, suggests an effort to find the best value for taxpayers. However, the lack of clarity on the number of actual competing bids and the reasons for source exclusion warrants further scrutiny to ensure optimal pricing.

Public Impact

The primary beneficiaries are likely the U.S. Navy and potentially other Department of Defense entities requiring advanced vibration and sound mitigation technologies for naval vessels and systems. The services delivered likely involve research, development, testing, and evaluation of technologies aimed at reducing noise and vibration, enhancing platform performance, and improving crew comfort or operational effectiveness. The geographic impact is primarily within the United States, supporting naval research facilities and potentially shipyards involved in naval technology development. Workforce implications include specialized engineers, scientists, technicians, and support staff in the fields of acoustics, vibration analysis, naval architecture, and materials science.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • The Cost Plus Fixed Fee (CPFF) contract type can lead to cost escalation if not rigorously managed, potentially exceeding initial estimates.
  • The 'exclusion of sources' in the competition process, even after full and open competition, raises questions about the breadth of market engagement and potential for missed competitive opportunities.
  • Lack of specific performance metrics or deliverables in the provided data makes it difficult to assess the contractor's performance and the ultimate value derived from the significant expenditure.

Positive Signals

  • Awarding under 'full and open competition' indicates an attempt to leverage market capabilities and secure competitive offers.
  • The long-term nature of the contract suggests a sustained and critical need for the specialized services provided by VIBRATION & SOUND SOLUTIONS LIMITED.
  • The contract supports advanced technology development within the Department of Defense, potentially leading to significant improvements in naval capabilities.

Sector Analysis

This contract falls within the Defense sector, specifically supporting Research, Development, Testing, and Evaluation (RDTE) for naval platforms. The market for specialized vibration and sound solutions is driven by stringent military requirements for performance, stealth, and operational effectiveness. Comparable spending benchmarks would involve analyzing other large-scale RDTE contracts for naval systems, acoustic countermeasures, or platform stabilization technologies within the DoD.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions or subcontracting requirements for this contract. Given the substantial value and specialized nature of the work, it is possible that large, established firms were the primary focus. Further investigation into subcontracting plans would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Defense's contract management and inspection agencies, such as the Defense Contract Management Agency (DCMA). Accountability measures would be tied to the terms of the Cost Plus Fixed Fee contract, requiring detailed cost reporting and performance reviews. Transparency is generally limited for defense contracts of this nature, especially concerning specific technical details and R&D outcomes.

Related Government Programs

  • Naval Research and Development Programs
  • Advanced Ship Technology Development
  • Acoustic and Vibration Engineering Services
  • Department of Defense Research Contracts
  • Naval Systems Engineering Support

Risk Flags

  • Cost Overrun Risk (CPFF Contract Type)
  • Limited Competition Transparency (Exclusion of Sources)
  • Unclear Performance Metrics
  • Potential for Scope Creep

Tags

defense, office-of-naval-research, rdte, ships, advanced-technology-development, cost-plus-fixed-fee, full-and-open-competition, vibration-and-sound-solutions, naval-systems, virginia, contractor-vibration-sound-solutions-limited, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $15.2 million to VIBRATION & SOUND SOLUTIONS LIMITED. 199712!1700!0815!E614B!OFFICE OF NAVAL RESEARCH, HEADQU!N0001497C0140 !A!*!* !19970806!19990731!932728603!932728603!932728603!N!08RZ7!VIBRATION & SOUND SOLUTIONS LI!809 N ROYAL ST !ALEXANDRIA !VA!22314!01000!510!51!ALEXANDRIA !ALEXANDRIA (CITY) !VIRGINIA !0001!+000001254095!N!N!000000000000!AC33!RDTE/SHIPS-ADV TECH DEV !A3 !SHIPS !2000!NOT DISCERNABLE OR CLASSIFIED !8731!3!*!*!*!B!A!*!A !N!U!2!0

Who is the contractor on this award?

The obligated recipient is VIBRATION & SOUND SOLUTIONS LIMITED.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Contract Management Agency).

What is the total obligated amount?

The obligated amount is $15.2 million.

What is the period of performance?

Start: 1997-08-06. End: 2003-02-18.

What specific technologies or systems did VIBRATION & SOUND SOLUTIONS LIMITED develop or improve under this contract?

The provided data indicates the contract supported 'RDTE/SHIPS-ADV TECH DEV' for the Office of Naval Research. While the specific deliverables are not detailed, this likely involved research and development into advanced technologies for mitigating vibration and acoustic signatures on naval vessels. This could encompass areas such as hull coatings, engine dampening systems, sonar noise reduction, or advanced sensor technologies designed to operate in challenging acoustic environments. The goal would be to enhance platform performance, reduce detectability, and improve crew habitability by addressing complex vibration and sound challenges inherent in naval operations.

How does the $932 million contract value compare to other similar defense contracts for acoustic and vibration solutions?

A direct comparison of the $932 million value requires identifying contracts with highly similar scopes, such as advanced acoustic research, vibration control for naval platforms, or development of specialized sound mitigation systems. Contracts of this magnitude are typically awarded for major R&D initiatives or long-term system development. Without access to a comprehensive database of comparable contracts, it's challenging to definitively state if this represents a high, low, or average investment. However, the substantial amount suggests a critical and complex requirement within the naval domain, likely involving cutting-edge technology development where costs can be significant due to specialized expertise and testing.

What were the primary risks associated with this Cost Plus Fixed Fee (CPFF) contract, and how were they managed?

The primary risk with a CPFF contract is cost overrun, as the contractor is reimbursed for allowable costs plus a fixed fee. This can incentivize higher spending if not carefully monitored. Risks also include potential scope creep and ensuring the contractor maintains efficiency. Management of these risks would typically involve rigorous oversight by the contracting officer and DCMA, including detailed cost audits, regular performance reviews, and strict adherence to the contract's Statement of Work (SOW). Milestones and deliverables would be critical checkpoints to ensure progress and control costs. The 'exclusion of sources' after initial competition might also indicate a risk that not all viable solutions were explored.

What is the historical spending pattern for vibration and sound solutions within the Office of Naval Research or the broader Department of Defense?

Historical spending patterns for vibration and sound solutions within the Office of Naval Research (ONR) and the broader Department of Defense (DoD) are likely characterized by consistent, albeit fluctuating, investment in these areas due to the critical nature of acoustic and vibration management for naval platforms. While this specific $932 million contract represents a significant single award, annual spending across various programs would be distributed among numerous smaller contracts for research, development, testing, and procurement of related technologies. Trends would likely show increased investment during periods of heightened naval modernization or specific technological advancements in areas like stealth, sonar, or platform quietening. Analyzing historical data would reveal the long-term commitment to addressing these complex engineering challenges.

What does the 'exclusion of sources' clause imply about the competition for this contract?

The 'exclusion of sources' clause, following 'full and open competition,' suggests that after an initial broad solicitation, certain potential offerors were deemed ineligible or were not selected to proceed further in the bidding process. This could be due to various reasons, such as failure to meet specific technical qualifications, past performance issues, inability to meet security requirements, or strategic decisions by the agency to focus on a narrower set of capabilities. While the initial phase aimed for broad competition, the exclusion implies a refinement of the bidder pool, potentially limiting the final number of competitors. This could impact the intensity of the competition and the ultimate price discovery, making it crucial to understand the rationale behind the exclusions.

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: BASIC RESEARCH

Offers Received: 2

Pricing Type: COST PLUS FIXED FEE (U)

Contractor Details

Address: 809 N ROYAL ST, ALEXANDRIA, VA, 22314

Business Categories: Category Business, Small Business

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 1997-08-06

Current End Date: 2003-02-18

Potential End Date: 2003-02-18 00:00:00

Last Modified: 2020-01-09

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending