SOLICITATION NOTICE
R -- Fire Suppression System and Air Conditioning (FSS/AC) services on the Mine Resistance Ambush Protected (MRAP) vehicles CONUS and OCONUS.
- Notice Date
- 8/31/2012
- 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-0588
- Response Due
- 9/4/2012
- Archive Date
- 11/3/2012
- Point of Contact
- Jennifer Jusela, 586-282-9656
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(jennifer.l.jusela.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. The Army Contracting Command - Warren (ACC-WRN) intends to solicit and negotiate with only one responsible source, Ranger Land Systems, Inc., under Authority FAR 6.302-1. 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. B. The combined synopsis and Request for Proposal (RFP) number is: W56HZV-12-R-0588. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 27 Aug 2012. D. The NAICS code applicable to this acquisition is 541614 with a size standard of $14.0 million. E. This procurement is not set-aside for small business. F. Intended award is a firm-fixed price level-of-effort (FFP LOE) contract. The LOE is for 227,656 labor hours. G. The period of performance will be for 12 months (20 Sep 2012 - 19 Sep 2013) for places of performance in numerous locations within the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). H. Proposed CLIN Structure: 0001AA-Labor 0001AB-Other Direct Costs (ODCs) 0001AC-Travel 0001AD-Contractor Manpower Reporting II. GENERAL A. Description: This procurement is for Fire Suppression System and Air Conditioning (FSS/AC) services on the Mine Resistance Ambush Protected (MRAP) vehicles CONUS and OCONUS. These services includes FSS system repair, FSS component repair, FSS component refill, FSS new component exchange, FSS inspection, AC system repair, AC system refill, and AC system inspection. For the proposed effort, the contractor shall perform these services to provide a fully mission capable MRAP prior to any mission requirements that require FSS/AC maintenance or repair prior to troop movements. B. This acquisition is unrated 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. IAW FAR 15.403-3(c), Data Other Than Cost or Pricing Data shall be submitted with proposals. This data shall include at a minimum a breakdown of hourly rates (direct labor, profit, overhead, etc.) and any other documentation that supports the costs, such as current and actual cost data. F. A cost analysis will be used to evaluate the reasonableness of individual cost elements IAW FAR 15.404-1 (c) using data other than certified cost or pricing data to determine that the price proposed is fair and reasonable. G. A subcontracting plan shall be submitted with proposals. H. A significant Organizational Conflict of Interest (OCI) has been identified for this procurement. A response to the OCI Provision shall be submitted with proposals. I. Proposals must be received no later than 9:00 AM-EST, 4 SEP 2012. Email proposals to jennifer.l.jusela.civ@mail.mil. J. Additional information regarding this combined synopsis/solicitation can be requested via email or phone (586-282-9656) to the Contract Specialist, Jennifer Jusela. 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 FSS/AC Maintenance and Repair Service contract from this solicitation. The scopes of both the JLI and FSS/AC 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 FSS/AC requirements if the contractor also holds the FSS/AC 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 FSS/AC 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 FSS/AC 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 FSS/AC contracts would allow it to direct additional work to itself under the FSS/AC 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 FSS/AC 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 FSS/AC 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 FSS/AC 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 FSS/AC 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/8baa1598439ea705627a899ac0a9a3ac)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02864858-W 20120902/120901000337-8baa1598439ea705627a899ac0a9a3ac (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 |