Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

R -- Mechanic Maintenance and Repair services on the Mine Resistance Ambush Protected (MRAP) Family of Vehicles (FOV).

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-12-R-0597
 
Response Due
9/7/2012
 
Archive Date
11/6/2012
 
Point of Contact
Nancy Filary, 586-282-9670
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(nancy.a.filary.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. I.INTRODUCTION A.This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. B.The Army Contracting Command - Warren (ACC-WRN) intends to solicit and compete this effort under Authority FAR 6.302-1(a)(2), entitled "Only one responsible source and no other supplies or services will satisfy agency requirements." The solicitation will result in the award of a single contract. This combined synopsis/solicitation is not a request for competitive proposals; however, all responsible sources may submit a capability statement and a proposal by the closing date will be considered by the Agency. C.The Government will award a contract on the basis of the total lowest evaluated price. The Offeror must quote on an all or none basis. D.The combined synopsis and Request for Proposal (RFP) number is: W56HZV-12-R-0597. E.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 27 Aug 2012. F.The NAICS code applicable to this acquisition is 541614 - "Process, Physical Distribution, and Logistics Consulting Services", with a size standard of $14.0 million. G.This procurement is not set-aside for small business. H.Intended award is a firm-fixed price level-of-effort (FFP LOE) contract. The LOE is for 234,080 labor hours. I.The period of performance will be for 103 days (20 Sep 2012 - 31 Dec 2012) for a place of performance Outside the Contiguous United States (OCONUS) in Kuwait at the Mine Resistant Ambush Protected (MRAP) Logistics Compound in Mina Abdullah, Kuwait at the Maintenance Sustainment Facility (MSF). J.Proposed CLIN Structure: 0001AA-Labor 0002AA-Travel 0003AA-Other Direct Costs (ODCs)/Material 0004AA-Contractor Manpower Reporting II.GENERAL A.Description: This procurement is for Mechanic Maintenance and Repair services on the Mine Resistance Ambush Protected (MRAP) Family of Vehicles (FOV) OCONUS. The mechanic maintenance and repair service focuses on Field Maintenance and Sustainment Maintenance. Field Maintenance is focused on returning a weapon system to an operational status. Sustainment maintenance is focused on repairing components, assemblies, modules, and end items in support of the supply system. The FOV includes the MRAP Systems and all MRAP vehicle variants. For the proposed effort, the contractor shall perform these services to provide a fully mission capable MRAP prior to any mission requirements at the MSF. B.This acquisition has a Dx rating under the Defense Priorities and Allocations System (DPAS). C.ACC-WRN reserves the right to negotiate on any aspect of proposals submitted. D.In order to be considered for award, an Offeror must have completed the electronic Online Representations and Certifications Application (ORCA) in accordance with (IAW) FAR 4.1201(a) at https://www.sam.gov. In addition, by submission of a proposal, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the Central Contractor Registry IAW FAR 4.1102 at https://www.sam.gov. E.A subcontracting plan shall be submitted with proposals. F.A significant Organizational Conflict of Interest (OCI) has been identified for this procurement. A response to the OCI Provision shall be submitted with proposals. G.Proposals must be received no later than 9:00 AM-EST, 7 SEP 2012. Email proposals to terrie.d.legette.civ@mail.mil. H.Additional information regarding this combined synopsis/solicitation can be requested via email or phone (586-282-9743) to the Contract Specialist, Terrie D. Legette. III.SOLICITATION PROVISIONS AND CLAUSES The following provision applies to this combined synopsis/solicitation: Organizational Conflict of Interest (OCI) Solicitation Provision The provisions of FAR 9.5, "Organizational Conflict of Interest" (OCI), apply to any award under this solicitation. A significant conflict of interest has been identified which prohibits the prime contractor, Science Applications International Corp. (SAIC), of the Joint Logistics Integration (JLI) contract, W56HZV-09-A-0003, from participating, in any form to this solicitation and resulting contract. The reason for this prohibition is that the JLI prime contractor provides data collection, analysis, and the formulation of multiple MRAP maintenance and logistic Courses of Action (COAs) that may impact the magnitude of the efforts required under the resulting MRAP Mechanic Maintenance and Repair Service contract from this solicitation. The scopes of both the JLI and MRAP Mechanic efforts may result in a contractor being unable to render impartial services (i.e. the contractor performing under the JLI contract may be unable to render impartial services as they relate to MRAP Mechanic requirements if the contractor also holds the MRAP Mechanic contract. Due to this significant conflict the only mitigation is a strict prohibition. This prohibition applies to the prime JLI Contractor and to any and all subcontractors, business partners and units that perform the type of efforts described herein. To the extent that a JLI subcontractor or partner does not perform any data collection, analysis or COA recommendations, the JLI subcontract or partner may participate in this MRAP Mechanic solicitation and resulting contract, provided the contractor documents the mitigation strategy employed to prevent an OCI from occurring. All potential offerors should review their current and planned participation in any other Government contracts, subcontracts, consulting, or teaming arrangements where they may be in a position of actual or perceived bias or unfair competitive advantage. A common example with the potential for OCI is where an entity performs work both as a system contractor or subcontractor and as a Government support contractor for Government offices involved in MRAP Mechanic or related programs. Per FAR 9.505, the two principles that OCI mitigation is meant to address are preventing the existence of conflicting roles that might bias a contractor's judgment and preventing unfair competitive advantage. Allowing the same contractor to perform services under both the JLI and the MRAP Mechanic contracts would allow it to direct additional work to itself under the MRAP Mechanic contract as a result of the technical direction it would provide under the JLI contract. Additionally, the data gathered and evaluated by the JLI contractor in regards to the MRAP Mechanic effort will influence future requirements for both types of services. Finally, as a part of the requirement in the JLI contract, the contractor will evaluate its work under the MRAP Mechanic contract; this would allow the contractor to influence a future past performance evaluation as the contractor could give itself unduly favorable evaluations. Accordingly, allowing the MRAP Mechanic contractor and the JLI contractor to be one and the same violates the situations FAR 9.505 means the Contracting Officer to avoid. Not only could the contractor's judgment be compromised because it would be able to channel work to itself, but the contractor could also give itself an unfair competitive advantage for future awards based on its evaluations of its own work. As such, the Contracting Officer has determined that no mitigation is feasible to safeguard against organizational conflicts of interest between the MRAP Mechanic and JLI contracts. The contractor shall submit the following disclosures and OCI mitigation plan, upon submission of its proposal: (a) A statement that contractor has reviewed the OCIs identified by the Contracting Officer in this provision; and (b) A statement that contractor has conducted its own OCI review, and either: i. Contractor has not identified any actual or potential OCIs for the proposed contract, beyond those specified in this provision; or ii. Contractor has identified one or more actual or potential OCIs for the proposed contract, in addition to those specified in this provision. For those OCIs identified by the Contracting Officer and for those identified by the contractor, if any, the contractor will summarize the facts creating the OCIs, specify the potential conflict, and identify a recommended approach to negate or mitigate it. Note that the preferred approach to potential OCI is to negate the conflict altogether. Mitigation of an OCI may be considered only where negation or avoidance is not practical. In accordance with FAR Subpart 12.6, the following clauses apply: FAR 52.212-3, Alt I, 52.212-4, and 52.212-5. Additional details regarding these clauses will be provided as a separate attachment. Additional provisions and clauses apply to this procurement and will be provided as a separate attachment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f62691a64e4b683063777383b4882820)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02869739-W 20120907/120906002842-f62691a64e4b683063777383b4882820 (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.