AWARD
R -- Machinery Control System Subject Matter Expert Support from Mr. John Mazurana
- Notice Date
- 4/14/2011
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-11-D-8001
- Archive Date
- 4/16/2011
- Point of Contact
- Lee Anderson, Phone: 202-685-5947
- E-Mail Address
-
richard.l.anderson4@navy.mil
(richard.l.anderson4@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N00033-11-D-8001
- Award Date
- 4/1/2011
- Awardee
- Life Cycle Engineering, Inc., 4360 Corporate Road<br />, Suite 100<br />, North Charleston, South Carolina 29405-7445, United States
- Award Amount
- NTE $906,287.49
- Description
- Pursuant to FAR 6.301-1, LCE is the only contractor that can satisfy the requirement, because its employee, Mr. John Mazurana, is the only individual that can satisfy the necessary requirements of this procurement. The task requires specific knowledge of the requirements for the new T-AOE 6 Class MCS. Mr. Mazurana is extremely knowledgeable about the requirements of the new MCS replacement's technical specification and how it relates to the ship class. A Justification and Approval more thoroughly explaining MSC's decision to issue this requirement on an other than full and open competition basis was synopsized on Federal Business Opportunities on 01 April 2011. A firm-fixed-price contract strategy was researched and discussed, however, it was determined that a fixed price contract would not be an optimum contractual strategy for this procurement. The level of effort for this requirement is contingent upon the progress made under the MCS contract and is thus unknown. For instance, the Contractor may be tasked to review Contract Data Requirements Lists (CDRLs) required under the MCS Project. The data involved is not always complete and often requires further revisions that may, through no fault of its own, delay the Contractor. This creates uncertainty in projecting hours, with sufficient accuracy, needed by the Contractor to finish the task when issuing an order. When the level of effort is unknown, using a fixed-price contract will result in higher costs due to the large administrative burden. Because of the high level of unknowns and the high administrative costs of managing a firm fixed price contract with an unknown level of effort it is recommended to utilize a cost plus fixed fee type contract. Orders issued under this contract will be cost reimbursable labor and will be paid at cost and the Contractor will be provided a fixed fee per hour. Orders may be term or completion type. Completion type orders will be used to the maximum extent possible as they provide incentive for the efficient and effective completion of the requirements of the order within the required period of performance. While the labor rates will have been found reasonable prior to award of the Contract, a cost realism analysis shall be conducted prior to the issuance of each order to ensure that the price is realistic and LCE has considered all elements of the order requirements in their approach. Each order shall include a funded ceiling price that the Contractor exceeds at its own risk.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/Awards/N00033-11-D-8001.html)
- Record
- SN02425521-W 20110416/110414235143-7935277bed790e5658fbcc472650b542 (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 |