MODIFICATION
D -- Global Information Grid (GIG) Services Management - Engineering/Transition/Implementation (GSM-ETI) - HC1028-10-R-2001 - GSM AoS Interested Parties List
- Notice Date
- 7/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-10-R-2001
- Archive Date
- 7/30/2010
- Point of Contact
- Kathy M Tullock, Phone: 618-229-9550, Amanda M Hund, Phone: 618-229-9561
- E-Mail Address
-
kathy.tullock@disa.mil, amanda.hund@disa.mil
(kathy.tullock@disa.mil, amanda.hund@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- GSM AoS Interested Parties List as of 28 June 2010 This 02 July 2010 update is to provide the following: 1. Revised OCI language. When submission of a Mitigation Plan is necessary due to a potential, perceived or actual OCI; early submission of the plan is encouraged as the Offeror must have an acceptable and Government approved Mitigation Plan established prior to contract award. The Prime Contractor is responsible for submitting a Mitigation Plan when a potential, perceived or actual OCI exists with a subcontractor, teaming partner; etc. a. Section H, Paragraph H.28 is revised to reflect the following: H.28 ORGANIZATIONAL CONFLICT OF INTEREST (OCI)/MITIGATION PLAN. A conflict of interest (COI) occurs when an individual or organization is involved in multiple interests, one of which could possibly corrupt the motivation for an act in the other. The Government seeks to acquire unbiased advice and/or goods and services from Offerors/Contractors that are free from, or have mitigated, such conflicts. b. In order for the Government to try to prevent conflicting roles that might bias a Contractor's judgment or objectivity and potentially create a competitive advantage for that Contractor, the parties to this contract agree that the Contractor's future contracting with the Government shall be restricted as outlined in FAR Subpart 9.5, Organizational Conflicts of Interest, and as provided in this clause. c. DISA will not intentionally exclude a vendor from a competitive acquisition due to a perceived OCI. The Contracting Office is committed to working with potential vendors to eliminate or mitigate potential, actual and perceived OCI situations, without detriment to the integrity of the competitive process, the DISA mission, or the legitimate business interests of the vendor community. d. While there are no specifically-identified exclusions by type of work or by participation in other on-going DISA contracts, it is DISA's belief that an OCI may exist when the GSM-O Prime Contractor and/or its subcontractors, at any tier, their parent companies, subsidiaries, and affiliates, if any, are parties to any of the following situations: (1) Are a Prime Contractor or Subcontractor, at any level, to another existing DISA contract (e.g., a provider of capabilities under the DATS contract; see table below) and/or (2) Are a Prime Contractor or Subcontractor, at any level, under the existing GSA Alliant-Small Business GWAC contracts (which is to be used as DISA's source for support of the GSM-Projects and Support (P&S) requirements), and/or (3) Become a Prime Contractor or Subcontractor, at any level, in the upcoming contract award(s) of the GSM-Engineering/Transition/Implementation (ETI) solicitation (HC1028-10-R-2001). e. Offerors/Contractors shall submit a Mitigation Plan to the Contracting Officer which concisely describes all relevant facts concerning any past, present or current planned interest, (financial, contractual, organizational, or otherwise) relating to work to be performed under the GSM-Operations contract/task orders that has/have bearing on whether the Offeror or Contractor has a possible OCI. The Mitigation Plan shall explain how the OCI will be minimized to a level acceptable to the Government. An Offeror's Mitigation Plan shall be submitted as soon as possible. If applicable, the Government may enter into negotiations with the Offeror/Contractor to address any unresolved issues within the Mitigation Plan; these negotations are not considered discussions. Note: No contract award can be made without an approved Mitigation Plan. f. If the Offeror or Contractor is aware, or should have been aware, of an OCI before award of this contract or any task under against the contract, and does not fully disclose that conflict to the Contracting Officer, the Government may terminate the contractor for default. g. The Offeror or Contractor, by submitting an offer and/or signing the contract, warrants that to its best knowledge and belief, no additional facts exist relevant to a possible OCI. h. After contract award, the Contractor shall have an ongoing obligation to make "a prompt and full disclosure" to the Contracting Officer of any OCI that arises during the performance of the contract, as well as newly discovered conflicts that existed before contract award. i. The Mitigation Plan shall become part of the resultant contract and the Contractor shall update its Mitigation Plan within 30 days of any changes to the legal construct of the organization, subcontractor changes, or significant management or ownership changes. j. Should an Offeror or Contractor refuse to disclose, or misrepresent, any information regarding a potential, actual or perceived OCI, one of the following remedies shall apply: 1) Disqualification for award; 2) Termination of the contract; 3) Disqualification from subsequent awards; or 4) Other remedial action as may be permitted or provided by the law or in the resulting contract k. The following OCI Matrix provides potential Offerors/Contractors with examples of situations where Mitigation Plans may or may not be required by the Contracting Officer. Existing Contracts GSM-O Prime Contractor <h5 style="MARGIN-LEFT: 0in; TEXT-INDENT: 0in; TEXT-ALIGN: left; tab-stops: -.5in 0in.5in 1.0in 1.5in 2.0in 2.5in 3.0in 3.5in 4.0in 4.5in 5.0in 5.5in 6.0in 6.5in"> GSM-O <h5 style="MARGIN-LEFT: 0in; TEXT-INDENT: 0in; TEXT-ALIGN: left; tab-stops: -.5in 0in.5in 1.0in 1.5in 2.0in 2.5in 3.0in 3.5in 4.0in 4.5in 5.0in 5.5in 6.0in 6.5in"> Sub-Contractor <h5 style="MARGIN-LEFT: 0in; TEXT-INDENT: 0in; TEXT-ALIGN: left; tab-stops: -.5in 0in.5in 1.0in 1.5in 2.0in 2.5in 3.0in 3.5in 4.0in 4.5in 5.0in 5.5in 6.0in 6.5in"> DISN Global Solutions DCA200-02-D-5000 (SAIC) DCA200-02-D-5001 (APPTIS) 2 2 GSM-Operations (To be Determined) 2 2 GSM-Projects and Support (P&S) GSA GWAC - Alliant-Small Business (Multiple Contracts) 2 2 DISN Network Management Support Services - Global - Associate Support Contract (DNMSS-G/ASC) HC1013-07-D-2023 (Oberon Associates, Inc.) 2 2 DNMSS-G - NEC HC1028-08-D-2000 (Computer Sciences Corporation) 2 2 DISN Access Transport Services (DATS) HC1013-07-D-2005 (Qwest) HC1013-07-D-2006 Caprock) HC1013-07-D-2007 (AT&T Corp.) 2 2 DISN Transmission Services-Pacific (DTS-P) DCA200-00-D-5000 (MCI Worldcom Network Services, Inc.) 2 2 Joint Hawaii Information Transport System (JHITS) HC1013-06-D-2006 (AT&T) 2 2 DISN Transmission Services CONUS Extension - DTS-CE DCA200-99-D-0050 (AT&T) DCA200-99-D-0051 (MCI/Verizon) DCA200-99-D-0052 (Sprint) 2 2 DISN Video Teleconference Services for DOD Worldwide (DVS-G) DCA200-97-D-0054 (AT&T) 2 2 EMSS Airtime Contract H C1047-08-C-4004 (Iridium Government Services) 2 2 EMSS Gateway O&M HC1047-08-C-4001 (General Dynamics C4 Systems, Inc) 2 2 EMSS Gateway Maintenance and Support Services Agreement (GMSSA) H C1047-08-C-4005 (Iridium Government Services) 2 2 EMSS Engineering Support Services HC1047-08-D-0001 (NEXGEN Com LLC) 2 2 EMSS Provisioning HC1047-08-D-0002 (General Dynamics C4 Systems Inc.) 2 2 EMSS RIWF HC1047-08-C-4023 (General Dynamics C4 Systems, Inc.) 2 2 DMS Sustainment FA8771-04-D-0006 (Booz, Alan, Hamilton) 2 2 Fiber Maintenance - Classified (Contractor Classified) HC1047-04-C-4048 HC1047-04-C-4050 HC1047-04-C-4058 HC1047-04-C-5000 2 2 SME-PED HC1013-09-C-2002 (Appriva ISS LLC) 2 2 Notes: 1. While each case is analyzed on its own facts, there is no generalized need for mitigation in this situation. 2. While a case-by-case analysis will be required, based on the PWS current at the time of analysis the Offeror/Contractor will likely be required to submit a Mitigation Plan, and the Contracting Officer may implement its own Mitigation Plan. 3. Mitigation Plan may be required. l. The Mitigation Plan shall be included as part of the resultant contract/task order. m. A clause, similar to H.28, must be included in all subcontracts. -------------- b. Section I, 52.209-9000 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (OCCI) (DEC 2005) is hereby removed. c. Section L, Paragraph L8.7.4.5 Organizational Conflict of Interest (OCI) Mitigation Plan is changed to reflect the following: "L8.7.4.5 Organizational Conflict of Interest (OCI) Mitigation Plan. (Reference Draft RFP HC1028-10-R-2001, Section H, Paragraph H.28. The Government requires the work product provided by the GSM-ETI Contractor be uninfluenced by suggestions that the work product(s) from other GSM contracts/task orders (i.e., GSM-O and/or GSM-P&S) or other DISA contracts unfairly benefited the non-GSM-ETI vendor. To prevent the existence of conflicting roles that might bias the GSM-ETI Contractor's judgement and/or prevent an unfair competitive advantage, the Government's preference is that the Offeror will not enter into business arrangements with any contractor awarded work on the GSM O, GSM-P&S contracts and/or other DISA contracts. In the event that the Offeror determines it is necessary to enter into a business arrangement that that could be perceived as a potential or actual conflict of interest, the Offeror shall submit an OCI Mitigation Plan describing how the potential OCI will be avoided, neutralized or mitigated based on the general rules of FAR Part 9.505 for the Contracting Officer's review and subsequent negotiation." 2. Interested Parties List (Attachment provided). Additional Draft RFP updates are anticipated. It is the Government's intent to release information provided at the Pre-Solicitation Conference and to respond to all questions as soon as possible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-10-R-2001/listing.html)
- Place of Performance
- Address: Worldwide (CONUS and O-CONUS), United States
- Record
- SN02195494-W 20100704/100702234400-8279afd48dfb39d4e19f8fea119672da (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 |