Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

70 -- Norfolk MSC VTC Suite Integration

Notice Date
7/24/2014
 
Notice Type
Presolicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-14-Q-6005
 
Archive Date
8/19/2014
 
Point of Contact
Oliver Queen, Phone: 2026855937
 
E-Mail Address
oliver.queen@navy.mil
(oliver.queen@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Military Sealift Command Synopsis 1. Action Code: Pre-solicitation 2. Date: 24 July 2014 3. Year: Fiscal Year 14 4. Contracting Office Zip Code: 20398 5. Classification Code: 70-General Purpose Information Technology 6. Contracting Office Address: 914 Charles Morris Court SE, Washington Navy Yard, DC. 20398 7. Subject: Norfolk MSC VTC Suite Integration 8. Proposed Solicitation Number: N00033-14-Q-6005 9. Closing Response Date: Solicitation will be released on or about 04 August 2014 10. Contact Point or Contracting Officer: Oliver Queen, Jr., oliver.queen@navy.mi, 202-685-5937 11. Contract Award and Solicitation Number: N00033-14-Q-6005 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: This requirement encompasses all activities to provide Information Technology (IT) Ashore Operations Support Services necessary to ensure operational availability of Military Sealift Command's (MSC) IT systems worldwide in accordance with MSC N6 Strategic Plan. 17. Background: The Military Sealift Command, is located at the Washington Navy Yard, DC, has and at 6 major field offices: Sealift Logistics Command Atlantic (SEALOGLANT) in Norfolk, VA; Sealift Logistics Command Pacific (SEALOGPAC) in San Diego, CA; Sealift Logistics Command Central (SEALOGCENT) in Manama, Bahrain; Sealift Logistics Command Europe (SEALOGEUR) in Naples, Italy; Sealift Logistics Command Far East (SEALOGFE) in Singapore which consists of 3 Sub Commands (MSCO Diego Garcia, MSCO Okinawa, MSCO Korea); and Military Sealift Fleet Norfolk which consists of 6 Sub Commands: SSU San Diego, SSU Guam, SSU Singapore, SSU Bahrain, SSU Naples, and SSU Japan. MSC Washington is co-locating with NSC Norfolk to create the MSC Headquarters in Norfolk. The C4S Directorate (N6) is responsible for MSC IT worldwide. The Director of C4S serves as MSC's Command Information Officer (CIO), the principal IT advisor to the MSC Commander. The CIO is supported by a Deputy Director, a Technical Director, and five divisions. MSC C4S Directorate's mission is to provide IT support to MSC managers and staff necessary to effectively and efficiently carry out the agency's mission; to provide integrated, standards based, secure IT solutions within the context of the Global Information Grid in concert with the DoD and its partners; and to ensure that IT resources are acquired and managed in a manner consistent with the standards, policies, and priorities established by the Secretary of Defense and the MSC Commander. 18. Tasks: Procure and integrate the below hardware with the existing VTC Suite located in Norfolk, Building SP64. 18.1.1 Secure/Non-secure VTC Suite 1 (existing SP-64 conference room) 1. Dual 80" displays 2. Six (6) Ceiling speakers 3. Two (2) High-Definition (HD) cameras 4. Six (6) Ceiling microphones 5. Podium Microphone with on/off switch 6. Four (4) computer interfaces a. Keyboard Video Mouse (KVM) Non-Classified Internet Protocol Router (NIPR)/Secret Internet Protocol Router (SIPR at podium b. Laptop/legacy connection at podium c. NIPR from Control Room (fiber optically isolated to ensure red/black separation) d. SIPR from Control Room (fiber optically isolated to ensure red/black separation and interface powered off during unclassified meetings) 7. Two (2) HDTV tuners 8. Digital matrix switch (AMX DVX-3155HD 10x4) 9. AMX Control system 10. 19" panoramic touch panel for control room with preview 11. 10" touch panel for head of table with full screen preview 12. DCO integrated into room system 13. Phone Add on capability 18.1.2 Secure/Non-secure VTC Suite 2 (existing SP-64 conference room) 1. Dual 55" displays 2. Ceiling speakers 3. One (1) HD cameras 4. Ceiling microphones 5. Four (4) computer interfaces a. KVM NIPR/SIPR at podium b. Laptop/legacy connection at podium c. NIPR from Control Room (fiber optically isolated to ensure red/black separation) d. SIPR from Control Room (fiber optically isolated to ensure red/black separation and interface powered off during unclass meetings) 6. Two (2) HDTV tuners 7. Digital matrix switch (AMX DVX-3155HD 10x4) 8. AMX Control system 9. 19" panoramic touch panel for control room with preview 10. 10" touch panel for head of table with full screen preview 11. DCO integrated into room system 12. Phone Add on capability 18.1.3 Control Room (existing SP-64 conference room) 1. Separate Control for both VTC Suites 2. Four (4) 32" LCD Displays to mirror images of main and left displays in each suite 3. Equipment to be mounted in two equipment racks, one at each end of U shaped desk 4. Audio monitoring for both VTC Suites (headsets) 18.1.4 Option for VTC Manager Office 1. Four (4) 32" LCD displays to mirror images of main and left displays in each VTC Suite 2. Video Only (Manager VTC only requires video) 18.2 References The Contractor shall comply with all applicable references as outlined in Table 3. This is not an all-encompassing list as IT documentation is an ever changing and the Contractor shall be expected to comply with the most updated guidance as directed. Table 3 Document Source No./Version United States Code Title 10 United States Code Title 31 OMB Circular A-11 Circular A-123 Circular A-127 Circular A-136 Department of the Treasury Financial Manual DoD Directive 5000.01 Department of the Treasury Federal Accounting Standards Advisory Board DoD Regulation 7000.14-R Government Accountability Office AIMD-00-21.3.1 Government Accountability Office GAO-01-1008G Chief Financial Officer's Council Implementation Guide Department of Defense 2010 Department of Defense DoD Instruction 5010.40 DoD Guidance FIAR Department of the Navy Manual NAVSO P-1000 Department of the Navy Manual SECNAV M-5200.35 Department of the Navy Instruction SECNAVINST 5211.5E Department of the Navy Instruction SECNAVINST 5239.3B Department of the Navy Instruction OPNAVINST 5200.24B Department of the Navy Instruction SECNAVINST 5200.34E Department of the Navy Instruction SECNAVINST 5200.35E Department of the Navy Instruction SECNAVINST 7000.27A BUPERS BUPERSINST 5200.12A Department of the Navy Budget Submitting Offices Directives and Instructions related to those above 19. Place of Performance: All work under this order will be completed at the MSC Norfolk facility (Building SP-64) in Norfolk, Virginia. 20. Period of Performance: All work under this order shall be completed by 30 September 2014. 21. Order Type: This is a firm-fixed-price order. All supplies and services as described in this order shall be provided for the total price specified in this order. 22. Deliverables: All deliverables will be prepared using Microsoft Office products (Word, Excel, Project, PowerPoint). All deliverables shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Exception to this must be approved in writing by the COR or Contracting Officer. General deliverables required, are outlined below (All costs associated with these reports are considered to be part of the Contractor's fixed rates). Required Delivery Schedule Task Deliverable Distribution Delivery 4.0 POA&Ms COR 5 business days after award 23. Performance Standards: This is a Performance Based Contract in accordance with FAR 37.6. The Performance Work Statement provides specific requirements to accomplish the work, documenting the method of approach, analytical tools, and staff required. The Contractor shall be evaluated on their ability to process orders and its ability to process NEURS data. The Government shall monitor the Contractor's performance under this contract using quality assurance procedures developed by the Government known as a Performance Assessment Plan (PAP) (Attachment 1). Typical procedures might include random sampling, checklists, inspections, and customer complaints. This is not an all-inclusive list. 24. Common Access Cards (CAC) and Contractor Identification: 24.1 The United States Department of Defense (DOD)/Uniformed Services Identification Common Access Card (CAC) is the standard identification card issued to authorized personnel within DOD. The Contractor shall ensure Common Access Card with Public Key Infrastructure (PKI) are obtained for any contractor personnel who require logical access to the Department of Navy's computer networks or systems and / or will require regular access to Government installations, facilities, and ships for the duration of the contract. Fees associated with obtaining CACs are not reimbursable and shall be part of the Contract firm fixed price. 24.1.1 Authorized Personnel. CACs are to be issued only through the auspices of a Trusted Agent (TA) (assigned after contract award), and only to U.S. Citizens or other individuals as authorized by Commander, Military Sealift Command (MSC). The contractor shall coordinate with the TA to ensure contractor employees have been entered into the web based Contractor Verification System (CVS). 24.2 Tracking and Disposition. Since the card is Government property, contractors are responsible for the control of CAC issued to their personnel under MSC contract. In order to ensure positive control of CAC, contractors shall, at a minimum: 24.2.1 Require employees to surrender their CAC to the COR at the end of his/her employment. 24.2.2 The Contractor shall surrender all CACs issued in the performance of a subject contract upon: 1) Termination of the contract; 2) As directed by the issuing authority, the Trusted Agent or the Contracting Officer. 24.3 CAC Reporting. The Contractor shall provide to the Contracting Officer: 24.3.1 A semi-annual list of all CACs issued to contractor employees and subcontractor's employees. The list shall state: 1) Names of the employee; 2) Location of CAC (e.g., with employee, returned to issuing office). 24.3.2 A report shall be made within 24 hours of discovering any CAC is lost, stolen or destroyed. The Contracting Officer shall then generate a report to the Trusted Agent for cancellation of the card. 24.4 Contractor Identification. 24.4.1 Contractor employees must be clearly identifiable while on Government property by wearing appropriate badges. 24.4.2 Contractor personnel and their subcontractors must identify themselves as Contractors or subcontractors during meetings, telephone conversations, in electronic messages, or correspondence related to this contract. 24.4.3 Contractor-occupied facilities (on Department of the Navy or other Government installations) such as offices, separate rooms, or cubicles must be clearly identified with Contractor supplied signs, name plates or other identification, showing that these are work areas for Contractor or subcontractor personnel. 25. Designation of Contracting Officer's Representative (COR): 25.1 The Contracting Officer has designated the person named below as the authorized COR for this contract: NAME: TO BE PROVIDED AT AWARD. CODE: ADDRESS: PHONE: FAX: 25.2 The COR is a representative of the Contracting Officer and is responsible for the following: 1. Providing Technical Direction and/or approval of changes in level of effort, to the extent the changes reduce the level of effort. An increase in the level of effort is not authorized. 2. Determining that hours invoiced reflect hours actually worked per labor category. 3. Final inspection and acceptance of all deliverables under the contract. 26. Authorized Changes Only by the Contracting Officer: 26.1 Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. 26.2 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. 26.3 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: TBD ADDRESS: TBD TELEPHONE: TBD 27. Security: All work under the contract is UNCLASSIFIED. This effort may require access to U.S. Government classified information and facilities. The Contractor shall where necessary provide personnel that have a current U.S. Government SECRET security clearance. A Department of Defense 254 form is required, see Exhibit 2. Contractors must have a facility clearance, up to SECRET, prior to contract award. An interim facility clearance prior to contract award is also acceptable. Security requirements are described in Section J, Exhibit 2 (Department of Defense Contract Security Classification Specification DD 254). Blocks 6 and 7 of that form will be finalized following award. The Contractor shall pursue and obtain SECRET clearances for all personnel as required by applicable Task Orders. This requirement also applies to all sub-contractor personnel. All personnel (includes Contractor and sub-contractor) working with classified information and on U.S. Government facilities will require a Secret Clearance. The Contractor shall establish and maintain an access list of those employees working on applicable Task Orders. A copy of the access list shall be furnished to the MSC Security Manager, N15. All personnel reassignments and changes shall be provided via the revised access list to the MSC Security Manager, N15. MSC shall provide the Contractor access to all areas as necessary to support contract performance. At the direction of MSC, upon completion or termination of the Task Order, all classified information furnished will be returned to the direct custody of the designated Information Assurance Manager (IAM), or destroyed in accordance with applicable instructions. 28. Personnel Requirements: 28.1 All Contractor personnel shall have completed the requirements identified in Attachment J-7 (DoD Information Assurance Workforce Improvement Program (8570.01M)). 28.2 All Contractor personnel performing work under this order shall be fluent in English and citizens of the United States of America. 28.3 Specific Personnel Requirements: Contractor Personnel l shall meet the minimum requirements specified below. 28.3.1 Video Teleconferencing Engineer: demonstrate experience as a VTC design engineer, VTC/Video Technicians, and Control System Programmer. 29. Set-aside Status: This requirement will be procured as a firm-fixed price, total small business set-aside procurement in accordance with FAR 19.502. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): Several respondents provided information pertaining to the RFI submitted via Federal Business Opportunities (FedBizOps) on 9 July 2014 (N1022-14-0003). (a) Competition. Based on the responses to the RFI and market research conducted, adequate competition currently exists for this requirement. (b) Small Business. Many of the respondents are small businesses. Due to the reasonable expectation of two or more small business offers, a total small business set-aside will be used in accordance with FAR 19.502-2. (c) Commercial Items/Non-Developmental Items. Commercial services and products currently exist for this requirement. The procurement of VTC hardware, integration and testing labor costs, and travel are the primary cost for this action. MSC Small Business Office concurs with the determination and approved the Small Business Coordination Record (DD Form 2579) on 24 July 2014. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions (JAN 2012) 52.203-3 Gratuities (APR 1984) 52.203-5 Covenant Against Contingent Fees (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.203-7 Anti-Kickback Procedures (OCT 2010) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) 52.203-10 Price or Fee Readjustment for Illegal or Improper Activity (JAN 1997) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (OCT 2010) 52.203-13 Contractor Code of Business Ethics and Conduct (APR 2010) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7 Central Contractor Registration (DEC 2012) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.210-1 Market Research (APR 2011) 52.215-2 Audit and Records Negotiation (OCT 2010) 52.215-8 Order of Precedence-Uniform Contract Format (OCT 1997) 52.216-7 Allowable Cost and Payment (JUN 2011) 52.216-8 Fixed Fee (JUN 2011) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-9 Small Business Subcontracting Plan (JAN 2011) 52.219-14 Limitations on Subcontracting (NOV 2011) 52.219-16 Liquidated Damages-Subcontracting Plan (JAN 1999) 52.219-28 Post-Award Small Business Program Rerepresentation. (Apr 2012) 52.222-2 Payment for Overtime Premiums (FEB 1997) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-54 Employment Eligibility Verification (JUL 2012) 52.223-6 Drug-Free Workplace (May 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.228-7 Insurance - Liability to Third Persons (MAR 1996) 52.232-17 Interest (OCT 2010) 52.232-18 Availability of Funds (APR 1984) 52.232-20 Limitation of Cost (APR 1984) 52.232-22 Limitation of Funds (APR 1984 52.232-23 Assignment of Claims (JAN 1986) 52.232-25 Prompt Payment. (Oct 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) 52.233-3 Protest After Award-Alternate I (JUN 1985) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991) 52.242-1 Notice of Intent to Disallow Costs (APR 1984) 52.242-3 Penalties for Unallowable Costs (MAY 2001) 52.242-4 Certification of Final Indirect Costs (JAN 1997) 52.242-13 Bankruptcy (JUL 1995) 52.243-2 Changes-Cost Reimbursement-Alternate I (APR 1984) 52.244-5 Competition in Subcontracting (DEC 1996) 52.244-6 Subcontracts for Commercial Items (DEC 2010) 52.245-1 Government Property (APR 2012) 52.245-9 Use and Charges (APR 2012) 52.246-25 Limitation of Liability--Services (FEB 1997) 52.249-6 Termination (Cost-Reimbursement) (MAY 2004) 52.249-14 Excusable Delays (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (APR 2010) 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense- Contract-Related Felonies (DEC 2008) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.203-7003 Agency Office of the Inspector General (APR 2012) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements (DEC 2010) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7023 Continuation of Essential Contractor Services 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (JUN 2012) 252.244-7001 Contractor Purchasing System Administration (MAY 2011) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (APR 2012) 252.245-7002 Reporting Loss of Government Property (APR 2012) 252.245-7003 Contractor Property Management System Administration (APR 2012) 252.245-7004 Reporting, Reutilization, and Disposal (APR 2012) CLAUSES INCORPORATED BY FULL TEXT 2 FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to completion of the base period; provided that the Government gives the Contractor a preliminary notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. FAR 52.244-2 SUBCONTRACT (JUN 2007) (a) Definitions. As used in this clause- "Approved purchasing system" means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR). "Consent to subcontract" means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract. "Subcontract" means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contractor a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause. (c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that- (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or (2) Is fixed-price and exceeds- (i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or (ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract. (d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: Any cost contract. (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c), or(d) of this clause, including the following information: (i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to be used. (iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price. (v) The subcontractor's current, complete, and accurate cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions. (vi) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract. (vii) A negotiation memorandum reflecting - (A) The principal elements of the subcontract price negotiations; (B) The most significant considerations controlling establishment of initial or revised prices; (C) The reason cost or pricing data were or were not required; (D) The extent, if any, to which the Contractor did not rely on the subcontractor's cost or pricing data in determining the price objective and in negotiating the final price; (E) The extent to which it was recognized in the negotiation that the subcontractor's cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated; (F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and (G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered. (2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (b), (c), or (d) of this clause. (f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor's purchasing system shall constitute a determination - (1) Of the acceptability of any subcontract terms or conditions; (2) Of the allowability of any cost under this contract; or (3) To relieve the Contractor of any responsibility for performing this contract. (g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost- reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i). (h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government. (i) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3. (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-Q-6005/listing.html)
 
Place of Performance
Address: All work under this order will be completed at the MSC Norfolk facility (Building SP-64) in Norfolk, Virginia, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN03437067-W 20140726/140724235633-29ccc0ead0b7f11ca2baf35494df4c1d (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  © 1994-2020, Loren Data Corp.