Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOLICITATION NOTICE

R -- Distribution Managerment Center - Synopsis

Notice Date
9/30/2008
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-07-R-0126
 
Response Due
10/31/2008
 
Archive Date
12/30/2008
 
Point of Contact
Melissa, 309-782-6968<br />
 
Small Business Set-Aside
N/A
 
Description
Requirement: The Army Sustainment Command has a requirement for support services to the Material Management, Unit Readiness, and Distribution Management Center (DMC) missions. A single contract will be awarded for a base year of performance with provision for four one-year option periods. Reference: Draft Performance Work Statements, previously released to solicit comments from potential offerors remain posted, and may be viewed, at the following World-wide Web location: www.afsc.army.mil. Select Business Opportunities; select Automated Acquisition Information System (AAIS); scroll to bottom of screen and select Distribution Management Center. Although the DRAFT PWS suggests a Task Order Contract, the final acquisition strategy as stated above will be for a single contract award. Performance Locations: A DMC Headquarters will be located at ASC, Rock Island, IL A Distribution Management Team will be located at each of the following locations: Ft. Bragg, NC; Ft. Campbell, KY; Ft. Carson, CO; Ft. Drum, NY; Ft. Hood, TX; Ft. Bliss, TX; Ft. Lewis, WA; Ft. Riley, KS; Ft. Benning, GA; Ft. Stewart, GA; Ft. Sill, OK; Ft. Huachuca, AZ; Ft. Wainwright, AK; Ft. Richardson, AK; Ft. Shafter, HI; Evaluation Criteria: Best Value/Trade-off Source Selection procedures will be used; evaluation/award will be based on the following Factors: a.Technical Approach: Organizational Structure and Staffing, Experience, and Management Approach b.Performance Risk: Recent and Relevant Past Performance c.Small Business Utilization: Complexity and Extent of Small Business Utilization d.Cost Contract Type: Any contract awarded will be a cost-plus-award-fee-type contract. Organizational Conflict of Interest: It has been determined that the solicitation for the DMC mission will contain a detailed provision regarding Organizational Conflict of Interest (OCI) which will also be included in any resultant contract award. A summary of the provision is outlined below: a. Definitions: Organizational Conflict of Interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. Person as used herein includes corporations, partnerships, joint ventures, teaming arrangements, and other business enterprises. The term contractor as used, includes any person, firm, or corporation that has a majority or controlling interest in the contractor or in any parent corporation thereof, any person, firm, or corporation in or as to which the contractor (or any parent or subsidiary corporation thereof) has a majority or controlling interest. The term also includes the corporate officers of the contractor, those of any corporation that has a majority or controlling interest in the contractor, and those of any corporation in which the contractor (or any parent or subsidiary corporation thereof) has a majority or controlling interest. All references to the contractor as contained shall apply with equal force to all of these included. Contract shall be used as applicable to the level at which this clause is being invoked. b. Exclusions: In order to prevent a future OCI resulting from potential bias, unfair competitive advantage, or impaired objectivity, the contractor awarded the DMC contract shall be subject to the following restrictions: (1) The contractor shall be excluded from competition for, or award of any Government contract for which, in the course of performance of this contract, the contractor has received advance procurement information before such information has been made generally available to other persons or firms. (2) The contractor shall be excluded from competition for, or award of any Government contract for which the contractor assists in the development of workload and budgetary information or determining or validating program requirements. (3) The contractor shall be excluded from competition for or award of any Government contract that calls for the evaluation of system requirements, system definitions, or other products developed by the contractor under this contract. (4) The contractor shall be excluded from competition for, or award of any Government contract that requires the construction or fabrication of any system, equipment, hardware, and/or software for which the contractor participated in the development of requirements or definitions pursuant to this contract (5) The contractor shall be excluded from competition for, or award of any Government contract, that involves workload when the contractor has had the potential to influence or have advance knowledge of workload direction. The exclusions contained in this clause shall apply for the duration of this contract and for three (3) years after completion and acceptance of all work performed hereunder. If any provision of this clause excludes the contractor from competition for, or award of any contract, the contractor shall not be permitted to serve as a subcontractor, at any tier, on such contract. This clause shall be incorporated into any subcontract or consultant agreement awarded under this contract unless the Contracting Officer determines otherwise. c. Compliance: Compliance with this OCI requirements is a material obligation of this contract. The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law, including those set forth at FAR Part 9.5, or elsewhere included in this contract. If the contractor takes any action prohibited by this requirement or fails to take action required by this requirement, the Government may terminate this contract for default. For breach of any of the restrictions contained herein, or for nondisclosure or misrepresentation of any relevant facts required to be disclosed concerning this contract, the Government reserves the right to terminate this contract for default, disqualify the contractor for subsequent related contractual efforts, and to pursue such other remedies as may be available under law. If in compliance with this clause, the contractor discovers and promptly reports an organizational conflict of interest subsequent to contract award, the Contracting Officer may choose to terminate this contract for convenience of the Government, when such termination is deemed to be in the best interest of the Government. d. Avoidance of OCI: The policy of the government is to avoid contracting with contractors who have unacceptable organizational conflicts of interest. It is not the intention of the government to foreclose a vendor from a competitive acquisition due to a perceived OCI. The Contracting Officer must evaluate each potential OCI scenario based upon the applicable facts and circumstances. The final determination of such action may be negotiated between the impaired vendor and the Contracting Officer. The Contracting Officers decision as to the existence or nonexistence of an actual or potential organizational conflict of interest and the efficacy of any proposed mitigation shall be final. e.Mitigation Plans: The successful contractor will be required to permit a government audit of internal OCI mitigation procedures for verification purposes. The government reserves the right to reject a mitigation plan, if in the opinion of the Contracting Officer, such a plan is not in the best interests of the government. Additionally, after award the government will review and audit OCI mitigation plans as needed, in the event of changes in the vendor community due to mergers, consolidations, or any unanticipated circumstances that may create an unacceptable organizational conflict of interest. Contact Info: If after reviewing this synopsis, you are interested in this requirement, please send an email notice to melissa.light@us.army.mil stating your companys interest. Thank you.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24a777bcf126200202434ddff420bb2e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01685835-W 20081002/080930222901-24a777bcf126200202434ddff420bb2e (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 |
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.