Revision of 11 Aug 2011

DON ACQUISITION STRATEGY FOR SERVICES

This document also satisfies the acquisition strategy requirements in DASN(A&LM) memo of 01 December 2006, “Department of the Navy (DON) Management and Oversight Process for the Acquisition of Services (Revised) (MOPAS 2)” and can be used by program/project managers to document the information required by MOPAS 2 to obtain approval for all service contract requirements greater than the Simplified Acquisition Threshold. This documentation can also be used to obtain approvalper DFARS 237.170, “Approval of Contracts and Task Orders for Services”, per the “direct”and “assisted”acquisitions against non-DOD contract vehicles IAW Joint ASN(RD&A) and (FM&C) policy dated 20 December 2004, “Proper Use of Non-DOD Contracts,” and approval per ASN(FM&C) policy dated 31 January 2007, “Non-Economy Act Orders with Non-DOD Agencies.” [If the acquisition requires an Acquisition Plan pursuant to the thresholds established in DFARS 207.103, include the following sentence: This document satisfies the requirement for an Acquisition Plan (AP) as required by FAR 7.1, DFARS 207.1, and NMCARS 5207.1.]

REPORTING INFORMATION: Provide the following information for reporting purposes

A.Requiring Activity. [Insert Requiring Activity Name]

B.Requisition Number.[Insert requisition number]

C.Contracting Office. FISC Norfolk, Contracting Department, Philadelphia Office

D.Contracting Officer’s Contact Information. [Insert name, phone number and e-mail address of PCO]

E.Contract Number/Task Order Number (to be filled-in following award).

1.REQUIREMENTS DEVELOPMENT AND MANAGEMENT:

A.Description of Service Requirement(s): [Insert a short description of services to be acquired]

B.Delivery/Performance Schedule: Discuss the period of performance including base period and option periods. Address CCO approval if performance period exceeds 5 years(including options) and ASN(RD&A) approval if performance period exceeds 10 years (including options).

The base period of performance for this acquisition is anticipated to begin on [insert start date]and continue through [insert end date of base period]. The proposed contract will contain [insert number and duration of option periods; e.g. “four one-year options”].

C.If this is not a new requirement, how was it satisfied previously? How is requirement currently satisfied? Provide details of the current contract.

The requirement is currently performed under contract number [insert current contractnumber] with [insert incumbent contractor name]. The current contract type is [insert contract type; e.g. “firm-fixed price” or “cost-plus-fixed-fee, indefinite delivery, indefinite quantity”, etc…]. The current contract resulted from a [insert solicitation procedures; e.g. “full and open, competitive solicitation”, “small business set-aside solicitation”, “single-source 8(a) solicitation”, “sole-source solicitation”, etc….]

Include here excerpts from the pre-solicitation clearance regarding pricing of the current contract, competition regarding the current contract (# of offerors, how many offers were technically acceptable, etc.), differences between the instant requirement and the current contract.

D.Explain Decision to utilize contract support vice organic resources. Have the services been reviewed for Inherently Governmental functions? Are the requirements a potential In-Sourcing candidate?

Requiring activity does not possess required manpower to perform the required services.

E.Market Research: Explain the nature, extent and results of market research.

1. Discuss your review of the commercial marketplace. Market Research was conducted toascertain if the requirement meets the FAR definition of a Commercial Service. In accordance with FAR Part 10, a determination has been made that the required services [“are” or “are not”] of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed under standard commercial terms and conditions.

2. Discuss references, resources and methods used for conducting market research.

Market research was performed through review of previous acquisitions for the same or similar requirements, discussions with the requiring activity and potential service providers, and internet searches including a review of the Dynamic Small Business Search portion of Central Contractor Registration (CCR).

Include additional information here, summarizing the Market Research Memorandum, regarding how the research was conducted and how the conclusions were reached that:

a) The requirement is or is not commercial;

b) The requirement should or should not be set-aside for a socio-economic program (if not sole souce);

(c) The requirement will generate robust competition (if not sole source).

3. Can be satisfied through NAVSEA’s SEAPORTe contract tool?

If “Seaport-able”…

The Contracting Officer has determined through Market Research that the Government's need may be best met by use of SeaPort-e to obtain these services. The contracting officer shall solicit and award any resultant TO using the policies and procedures in FAR Part 16.505, a process that provides for the issuance of orders for the performance of tasks during the period of a multiple award contract (MAC).

If not “Seaport-able”…

Seaport-e contract tool is not an option for the required services as indicated in the Seaport-e Waiver.

4. Is award of a new contract a viable option?

Market research indicates that contracting for these services is a viable option.

5. Can your requirement be satisfied under an already existing DOD contract?

If no…

There are no known DoD contracts under which this requirement could be placed.

If “Seaport-able”…

As indicated above, the requirement can be satisfied under the Seaport-e MAC.

If other than Seaport, identify contract under which requirement can be satisfied.

6.Are required services only available under a non-DOD contract?

Market research indicates that the required services are available through other than non-DoD contracts.

If you believe services are only available under a non-DoD contract, stop here and talk to your PCO. Use of non-DoD contracts should be very rare; accordingly much of what is in this template would not be applicable.

7.If service will be acquired under a non-DOD contract, approval will be required IAW DFARS 237.

Not applicable; services will not be acquired under a non-DoD contract.

F.Consolidation of Requirements: Ensure compliance with DFARS 207 if consolidating contract requirements.

If consolidation does not apply…

Not applicable; the instant acquisition does notconsolidate two or more requirements for services that have previously been provided under two or more separate contracts.

If consolidation applies…

This is a consolidated requirement as the resultant contract will consolidate two or more requirements for services that have previously been provided under two or more separate contracts. A properly approved Consolidation Memo as required by DFARS 207 will be included in the contract file.

G.Contract Bundling: Ensure a cost-benefit analysis was conducted in accordance with DOD Benefit Analysis Guidebook at:

If bundling does not apply…

Not applicable; the instant acquisition does notbundle two or more requirements for services, previously provided under two or more separate contracts, where at least one contract was performed by a small business.

If consolidation applies but not bundling…

This is not a bundled requirement as none of the consolidated contracts were performed by small businesses.

If bundling applies…

This is a bundled requirement as the resultant contract will bundle two or more requirements for services, previously provided under two or more separate contracts, where at least one contract was performed by a small business. A cost-benefit analysis, conducted in accordance with the DoD Benefit Analysis Guidebook will be included in the contract file.

H. Certification of non-Personal Services Contract: Ensurethis requirement does not constitute an unauthorized personal services arrangement per DFARS 237.503. The requiring activity’s signature on this MOPAS document signifies that the certification required under DFARS PGI 237.503 has been completed and forwarded to the contracting office. The contracting officer’s signature on the MOPAS signifies that the certification required under DFARS PGI 237.503 has been received from the requiring activity, has been incorporated into the contract file, and that any additional measures necessary have been taken to ensure that an employer-employee relationship between the Government and the contractor’s personnel will not result from either the way the work statement is written or in the manner in which the resulting contract will be managed and overseen. [NOTE: Any additional measures, as mentioned above, need to be documented in the pre-solicitation CRB. To the extent the signature authority is ASN or higher, those additional measures need to be documented here.]

2. ACQUISITION PLANNING:

A. Acquisition Approach: Explain Acquisition Approach and if requirement will be competed. If an AP is required, explain acquisition approach and how competition will besought, promoted and sustained throughout course of acquisition.

If competitive, single award…

A competitive, [insert contract type; e.g. “firm-fixed price” or “cost-plus-fixed-fee, indefinite delivery, indefinite quantity”, etc…]. It is intended to award a single contract resulting from the solicitation to the responsible offeror whose proposal is determined most advantageous considering both technical merit and price/cost. The evaluation of proposals will consider the offeror’s technical proposal to be [“more” or “significantly more”] important than the offeror’s cost/price proposal. It is expected that award will be made by no later than [insert anticipated award date].

If competitive, multiple award…

A competitive, [insert contract type; e.g. “firm-fixed price” or “cost-plus-fixed-fee, indefinite delivery, indefinite quantity”, etc…]. It is intended to award multiple contracts resulting from the solicitation to the responsible offerors whose proposals are determined most advantageous considering both technical merit and price/cost. The evaluation of proposals will consider the offeror’s technical proposal to be [“more” or “significantly more”] important than the offeror’s cost/price proposal. It is expected that award will be made by no later than [insert anticipated award date].

If sole source…

It is intended to award a [insert contract type; e.g. “firm-fixed price” or “cost-plus-fixed-fee, indefinite delivery, indefinite quantity”, etc…]contract to [insert contractor name] on a sole-source basis. A properly approved [“J&A” or “LSJ”] will be included in the contract file. It is expected that award will be made by no later than [insert anticipated award date].

If Single Source 8(a)…

It is intended to award a [insert contract type; e.g. “firm-fixed price” or ”cost-plus-fixed-fee, indefinite delivery, indefinite quantity”, etc…]contract to [insert contractor name] under the authority of the SBA’s 8(a) program. An SBA offer letter and SBA’s acceptance will be included in the contract file. It is expected that award will be made by no later than [insert anticipated award date].

If an AP is required, need to address here “how competition will be sought, promoted, and sustained throughout the course of the acquisition” – Items that could be mentioned here would include the extensive market research done to identify sources, calls to prospective vendors to apprise them of the upcoming RFP, sources sought synopsis, pre-solicitation conference, industry day, pre-proposal conference, ensuring the performance-based nature of the RFP, providing historical contract usage data in the RFP to facilitate contractor pricing efforts, ensuring that source selection criteria is inclusive rather than exclusive (having Corporate Experience and Past Performance as the most important technical factors tends to discourage competition against incumbent contractors), use of multiple awards, etc.

B.Cost/Price Estimate for Total Planned Acquisition. Include the total estimated price including base period and option periods. IncludeMilitary Interdepartmental Procurement Requests (MIPR) or work orders issued to support the acquisition that did not result in a contract.

The total estimate for this acquisition, including options, is [insert estimated amount].

C.Funding:Explain how requirement will be funded and status or availability of requirement funding.

For contracts without options to be funded with current FY funding…

Therequirement will be funded with [insert FY and type of funds]. These funds are currently available.

For contracts without options to be funded with future FY funding…

Therequirement will be funded with [insert FY and type of funds]. These funds are not currently available. Accordingly, the resultant contract will be issued subject to the availability of funds.

For contracts with options where base period is to be funded with current FY funding…

The base period for this requirement will be funded with [insert FY and type of funds]. These funds are currently available. Option periods will be exercised subject to the availability of funds.

For contracts with options where base period is to be funded with future FY funding…

The base period for this requirement will be funded with [insert FY and type of funds]. These funds are not currently available. Accordingly, the resultant contract will be issued subject to the availability of funds. Option periods will be exercised subject to the availability of funds.

D.Technical, Business, Management or Other Considerations: How will potential contractors be evaluated? Discuss significant non-price related factors.

This requirement will be competed on a best value basis. Contractors will be required to submit a technical proposal that will be evaluated in accordance with solicitation procedures as set forth in the source selection plan. The technical proposal will be [“more” or “significantly more”]important than price. The Technical proposal will consist of the following factors: [list technical factors and note their order of importance].

E.Strategic Sourcing:Discuss your efforts to determine if opportunities exist to leverage the market place to obtain more favorable prices and conditions.

If you are processing a Strategic Sourcing effort, address efforts to leverage the marketplace here, otherwise…

If services to be acquired are not capable of being strategically sourced now or in the future…

The instant acquisition is not the result of a Strategic Sourcing engagement. The type and quantity of services being acquired are not available from a strategically sourced contractual vehicle. These services are unique and there is no realistic expectation that the market place can be further leveraged beyond this acquisition.

If services to be acquired are capable of being strategically sourced in the future…

Through their knowledge of the market, the PCO and Contract Negotiator believe that these and similar services are bought by a number of Navy Commands. There are an adequate number of common factors among these services, wherever they may be performed, that the possibility of leveraging the market place is realistic. The FISCN Philadelphia Market Manager has therefore been notified that an opportunity exists for strategically sourcing these services in the future.

F.Implementation of performance-based acquisition methods or rationale for not using performance-based methods. Discuss the following,

1.Is Statement of Objectives/Work described in terms of outcomes? Discuss outcomes.

The required services will be procured through a competitive performance-based acquisition. The solicitation and resultant contract will include a Performance Work Statement (PWS) that identifies the tasks to be performed and a Quality Assurance Surveillance Plan (QASP) that establishes performance metrics for these tasks. The PWS establishes outcomes for all tasks with respect to contractor performance requirements for quality and completeness at the cost and within the timeframes established by the contract. The PWS defines the scope of the overall contract and describes the work in terms of “what” is to be the required output rather than “how” the work is to be accomplished. [Include the following for IDIQ contracts]. The PWS for each of the individual task orders under the contract will identify the particular outcomes expected for each task order.

2. Discuss Performance Standards/Metrics used to measure outcomes.

Measurable performance standards and methods will be utilized with respect to timeliness and compliance with CDRL requirements and task accomplishment. The measures of success for this services acquisition will be the contractor’s ability to accomplish the required tasks and timeframes specified, and at the quality level required. The primary methods of surveillance used to monitor this requirement will be deliverable assessments. In-process reviews will also be conducted to ensure the Government is kept up to date on the progress and status of the execution of this contract.

The Contracting Officer’s Representative (COR) will assess the Contractor’s performance to ensure that quality services are being provided in a timely manner. Under the contract’s QASP, the COR will be responsible to ensure that the contractor is performing in an acceptable manner that meets the Government’s requirements. The COR (and/or his/her technical assistants) will monitor the contractor’s performance through:a) 100% inspection of required deliverables;b) review of invoices; periodic inspections to ensure the contractor is performing in an acceptable manner; and c) through feedback from the Government personnel being supported.

3. Discuss Quality Assurance Plan: How objectives will be measured to track contract performance.

A quality assurance surveillance plan (QASP) will be utilized in the administration of the resultant contract. The COR will measure the contractor’s performance by assessing whether services were delivered on time as well the quality of the services provided. Contract deliverables and reports will be evaluated for completeness and to ensure they comply with contract requirements.

For cost contracts include the following…

The COR will review invoices and progress reports to monitor the contractor’s expenditures to ensure they are consistent with the contractor’s proposal for the effort.

4.Discuss how incentives or decrements will be applied.

In that Past Performance is a required evaluation factor for all actions over $100,000, the Contractor is incentivized to provide quality, timely services to ensure a positive past performance rating on future acquisitions.