Justification and Approval – Intent to do a Sole Source Modification for Additional Maintenance and support of the Marine Corps on-line Ground Climate Assessment Survey System (GCASS) Contract (Option Yr3)
| Federal Information & News Dispatch, Inc. |
Justification and Approval - Intent to do a Sole Source Modification for Additional Maintenance and support of the
Notice Type: Justification and Approval
Posted Date:
Office Address:
Subject: Intent to do a Sole Source Modification for Additional Maintenance and support of the
Classification Code: B - Special studies and analysis - not R&D
Contact:
Description:
MCB Quantico -
JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity
2. Description of Action Being Approved
Authority to act under this Justification and Approval (J&A) for a modification to a Firm Fixed Price award on a sole source basis (contractor:
3. Description of Supplies/Services
In 2003, the Secretary of Defense (SECDEF) established a goal reducing preventable accidents by 50%. SECDEF increased this goal to 75% in 2006. The GCASS is one part of the CMC Safety Division's overall safety assessment program. GCASS is a proactive mishap prevention process that aids commanders and senior leadership in risk assessment and intervention strategy development. GCASS focuses on operations, maintenance, and other areas directly related to safety. The GCASS process involves collection of data from organizations by means of on-line survey measurement tools that quantify respondents' safety perceptions. These surveys examine the organizational climate using a human factors framework.
Despite parallel requirements for Command participation, the Commandant's
In order to support the increased demand for surveys below the O-5 level, participation by higher headquarters command elements and commensurate increase in analysis; a modification is being requested for 433 additional surveys plus 360 hours of analysis.
4.
The statutory authority permitting other than full and open competition is 10 U.S.C. Section 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2),
5. Rationale Justifying Use of
The Commandant's
The provisions of the contract with ASD do consider the possibility of a future award to a different contractor, in that the data is the property of the government. However, a critical element of these survey systems is the ability to identify trends and culture shifts. Therefore the effectiveness of the system would be significantly impaired if multiple providers were employed simultaneously. The contract structure is reconciled to the objective of promoting competition by allowing for the transfer of the entire data set to the executing contractor in future acquisition cycle(s). ASD's proprietary collection and user interface remain ASD intellectual property. It would be expected that a new contractor would establish a similar user interface proprietary to them. It would be unacceptable to provide multiple competing contractors access through each other's systems to facilitate the critical analysis and trending that is essential to the process.
6. Description of Market Research
CMC SD has contracted for various survey instruments using multiple vendors over the past decade. The pricing of such products varies based on a number of factors: (1) whether the product is delivered on-line or is also provided in a "paper" version; (2) the extent of any tracking, follow up and reporting required of the contractor; and (3) whether any on-site time is required of the Contractor in the execution of surveys or followup actions.
In comparison to other products, the CCS, as well as the GCASS after which it is structured, incorporates efficiencies developed over time and well understood across the fleet. There is no on-site time requirement in the execution of surveys. Travel is reserved for higher leadership and strategy discussions, analysis, and evaluation at the program level. Separately contracting the CCS would create confusion and increase costs if a different contractor were introduced to conduct this work at this time. The government accepts that these products will be re advertised on a five year acquisition cycle, and with only 17 months before the next award the consolidation of CCS with the GCASS Contract has contributed to a more rapid implementation and gleaning of valuable feedback by Commanding Officers and higher leadership. Continued success is anticipated with the award of the CCS CLIN in Option Year 4, and will likely result in the continued coupling of these efforts under a single new contract in the next cycle.
7. Determination of Fair and Reasonable Cost
The government uses the historical performance of this contractor on previous contracts and the published GSA costing to compare against the rates and labor evident in this procurement. As described in paragraph 6, previous contracted efforts to provide similar survey products involved significantly greater cost.
8. Actions Taken to Remove Barriers to
The current contract was offered for competition as a set-aside for Service Disable Veteran-Owned Business (SDVOSB) but only one proposal was received. The Contractor is also has a GSA schedule. Award of this additional work meets the conditions whereby the Contracting Officer (CO) may award a sole source contract:
a. The requirement is not exempted from SDVO contracting and cannot be set-aside. b. There is not a reasonable expectation that at least two responsible SDVO SBCs will submit offers for this added work. c. The anticipated award price of the contract, including options, will not exceed
It is possible that additional SDVO SBCs may participate in the next acquisition cycle. The government anticipates offering this requirement as a competitive solicitation SDVO set-aside in the next acquisition cycle.
Link/URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-10-P-0258/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1356 |



Special Notice – Notice of Intent to Sole Source – FHR Navigator
Amendment to Combined Synopsis/Solicitation – Local Telecommunications Services for Charleston AFB/NWS, SC
Advisor News
- The modern advisor: Merging income, insurance, and investments
- Financial shocks, caregiving gaps and inflation pressures persist
- Americans unprepared for increased longevity
- More investors will seek comprehensive financial planning
- Midlife planning for women: why it matters and how advisors should adapt
More Advisor NewsAnnuity News
- LIMRA: Annuity sales notch 10th consecutive $100B+ quarter
- AIG to sell remaining shares in Corebridge Financial
- Corebridge Financial, Equitable Holdings post Q1 earnings as merger looms
- AM Best Assigns Credit Ratings to Calix Re Limited
- Transamerica introduces new RILA with optional income features
More Annuity NewsHealth/Employee Benefits News
- Arizona's Medicaid, AHCCCS, undergoes huge changes
- Rob Schofield: NC’s new Medicaid ‘compromise’ comes at a cost
- We have to stop this with our votes | RODNEY WALKER
- MCCLELLAN INTRODUCES BILL TO HELP VIRGINIANS KEEP THEIR MEDICAID COVERAGE
- The Spine of Justice Roberts
More Health/Employee Benefits NewsLife Insurance News
- Best’s Market Segment Report: AM Best Maintains Stable Outlook on Italy’s Non-Life Insurance Segment
- 2025 Insurance Abstracts
- AM Best Assigns Credit Ratings to Tokio Marine Newa Insurance Co., Ltd.
- Earnings roundup: Prudential works to save ‘unique’ Japanese market
- How life insurance became a living-benefits strategy
More Life Insurance News