MODIFICATION
R -- Amendment to the synopsis of the TEST TECHNOLOGY SUPPORT SERVICES (TTSS)for the U.S. Army Operational Test Command (USAOTC), Fort Hood, Texas.
- Notice Date
- 1/16/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- W9115112RTTSS
- Archive Date
- 1/16/2014
- Point of Contact
- Claudetta Smith, 254-288-9578
- E-Mail Address
-
MICC - Fort Hood
(claudetta.n.smith.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to invite interested respondents to submit information regarding possible Organizational Conflict of Interests (OCI) that will allow the Government to advise respondents about their potential to be viable competitors. Pre-Solicitation Preparation Instruction for OCI Organizational Conflict of Interest. The Army Test and Evaluation Command (ATEC) provide independent testing and evaluation of systems for the Army. 10 U.S.C. 2399(d) requires the impartiality of contractor testing personnel and contractors providing advisory and assistance services for systems they develop, produce or otherwise test. 10 U.S.C. 2399(d), as implemented by the Defense Acquisition Guidebook, Chapter 9.4, states, quote mark Initial Operational Testing and Evaluation (IOT&E) shall be conducted independent of system contractor manipulation or influence during the IOT&E or associated activities that provide input for the consideration in the system evaluation. quote mark ATEC is concerned with both actual and potential conflicts of interest. The offerors shall describe their involvement in the development of any DoD System with details including contract numbers, dates, programs supported, copy of Statements of Work to include list of deliverables, as well as contact information for Program Manager points of contact and contracting office points of contact. Offerors shall discuss any competitions for developmental work in which the company is involved regardless of the stage of the acquisition. Included shall be an electronic copy of your company's latest annual report to stockholders since this document discusses the company's involvement in various programs. The offeror shall present its rationale for why the cited development work does not create an OCI. Supporting information for the assertion that there is no OCI is vital to facilitate the Government's evaluation of an OCI. In the context of OCI, involvement is defined as any participation or connection to a project, contract, program, or product which may create actual or perceived OCI. This includes participation in contracts that provide engineering or technical support to sponsors or program offices responsible for developing such systems. This must include all subcontractors, joint ventures, teaming arrangements, etc. Subcontractor OCI is equivalent to a prime contractor OCI. The Contracting Officer will review statements provided by each offeror as to the developmental work the company has performed; evaluate the submittals considering in-house knowledge as to the company's program support; determine whether or not there is an OCI on a case-by-case basis; and provide the offeror with the opportunity to provide a mitigation plan which the Contracting Officer will also consider. The Government may also consider information available from other sources. Any communications that occur are strictly limited to OCI issues of the offeror and their subcontractors. They will not constitute exchanges under the provisions of FAR 15.306. As a result of OCI Evaluations, the Government will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or based on the information submitted that it is unlikely to be a viable competitor. The Government will advise respondents considered not to be viable competitors of the general basis for that opinion. The Government will inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. Offerors shall submit their OCI proposals electronically by emailing them to the Contract Specialist at: claudetta.n.smith.civ@mail.mil and the Contracting Officer at theordore.h.panknin.civ@mail.mil. The file shall be submitted in a format compatible with Adobe Acrobat or Microsoft Office (2007 or earlier) and is limited to no more than ten (10) pages in length. When electronic submittal is not possible due to file size limitations, offerors may submit two hard copies of their OCI proposal to the following address: Mission and Installation Contracting Command - Fort Hood Mission Contracting Office ATTN: Contracting Division - ATEC (CD-A), Ms. Nikki Smith Headquarters Ave., Bldg 91035 P. O. Box Y Fort Hood, TX 76544-0770 Electronic and/or hardcopy versions shall be received at the address above not later than 30 January 2013 at 3:00 pm CST. Submissions not received by the deadline of 30 January 2013 at 3:00 pm CST will be handled as a Late Proposal subject to the rules in subparagraph c of FAR 52.215-1 Instructions to Offerors -- Competitive Acquisition. The Government will provide a response to all respondents no later than 6 February 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/444da54360856c25411ebb52dd282f5f)
- Record
- SN02966456-W 20130118/130116234032-444da54360856c25411ebb52dd282f5f (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 |