Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
DOCUMENT

Q -- ER Physician Department Physicians, Mid-Level Extenders and ER Resource Management Services Modification to extend current performance requirement for additional six months. - Justification and Approval (J&A)

Notice Date
4/19/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Archive Date
6/9/2010
 
Point of Contact
Sherita CrosbyContract Specialist
 
E-Mail Address
Q - Emergency Room Deparatment Personnel and Management Serv
(sherita.crosby@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA249-P-0416
 
Award Date
5/30/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Sherita Crosby, Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of Section 4202 of the Clinger-Cohen Act of 1996, FAR 13.501(a) permitting other than full and open competition and FAR 6.302-1, only one responsible source. 1.Identification of the agency, contracting activity, and specific identification of the document as a justification for other than full and open competition. The U.S. Department of Veterans Health Administration, VISN 9 Acquisition Service Center, 1639 Medical Center Parkway, Suite 400, proposes to enter into a six month extension under an existing contract on a basis of other than full and open competition for the James H. Quillen VAMC (JHQ VAMC) Emergency Room Services Department located in Johnson City, Tennessee. This document is a justification for other than full and open competition. 2.The nature and/or description of the action being approved, i.e., sole source, limited competition, establishment of a new source, etc. The healthcare services of a contracted pool of Emergency Medical Services Physicians and Mid-Level Practitioners are being procured using commercial item procedures in accordance with FAR 13.5. The contract action will be issued as a fixed price modification to an existing fixed price contract awarded competitively to Johnson City Emergency Physicians PC. The Emergency Room at the James H. Quillen VAMC operates as a Level Three Trauma Facility on a twenty-four (24) hour, seven (7) days a week basis, including all holidays. This justification for other than full and open competition is required for the continued uninterrupted emergency room services while sources are solicited for the replacement follow-on contract for services. James H. Quillen VAMC has submitted a procurement request package to re-solicitation of these services prior to the expiration of this contract. 3.A description of the supplies or services required to meet the agencys needs. The James H. Quillen VAMCs requirement is for the integrated management and staffing of their emergency room department to include approximately 4.0 FTE Emergency Room Physicians and approximately 2.0 FTE Emergency Room Mid-Level Practitioners (i.e. Nurse Practitioner, Physician Assistant, Certified Registered Nurse, Anesthesiologist etc.) to provide emergency services to veteran patrons of the James H. Quillen VA Medical Center located within Johnson City, TN. 4.The statutory authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is Section 4202 of the Clinger-Cohen Act of 1996, and FAR 13.501(a) Test Program for Certain Commercial Items. 5.A statement demonstrating the unique qualifications of the proposed contractor or the nature of the action requiring the use of the authority. The competencies and skills required of the company providing and managing the Emergency Room Physicians and Mid-Level practitioners are critical to the daily operation of the Hospital. The incumbent contractor is the only provider who is currently capable of providing and managing a full suite of Emergency Room Physicians in sufficient quantities that allow for appropriate and required rest between shifts; and Physicians that are currently qualified, VA credentialed and privileged to provide type services. Further, Johnson City Emergency Physicians PC has been successfully performing under a competitively awarded contract over the last two years. Johnson City Emergency Physicians PC is unique in that they are currently the only known capable local source of providing and managing qualified, competent, and a skilled Physicians and Mid-Level Extenders in sufficient quantities to operate a Level Three Trauma Emergency Room Department on a twenty-four (24) hour, seven (7) days a week basis, including all holidays. Additionally, as a result of Johnson City Emergency Physicians PCs locality to the VAMC and its 24 hour on call availability, they are able to provide the services required with the greater efficiency than any locum tenens contractor on the GSA Federal Supply Schedule. 6.A description of efforts to ensure that offers were solicited from as many potential sources as is practicable. Include whether or not a FedBizOps announcement was made and what response, if any, was received, or include the exception under FAR 5.202 if not synopsizing. Describe whether any additional or similar requirements are anticipated in the future (this may not be included as an addendum, but must be in the body of the JOFOC). Future similar requirements for a full time the management and provision of Emergency Room Physicians and Mid-Level Extender staffing will be advertised under the forthcoming solicitation to be released on FedBizOpps. Additionally a sources sought announcement was previously released under VA-249-10-RI-0093 on January 6, 2010 to seek additional interested sources for the forthcoming follow-on services. 7.The anticipated dollar value of the proposed acquisition, including options if applicable, and a determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The estimated total value of this six (6) month extension of services is $859,107. The Contracting Officer has determined the costs to the Government to be fair and reasonable based on the fact the extended price is synonymous with the price for services as determined to be fair and reasonable for the basic competitive award. Based on the foregoing information, the Contracting Officer can make a reasonable determination that the anticipated cost to the Government using Johnson City Emergency Services PC will be fair and reasonable. 8.A description of the market research conducted and the results. See also description above under paragraph six (6). 9.Any other facts supporting the use of other than full and open competition. N/A 10.A listing of any sources that expressed a written interest in the acquisition. N/A 11.A statement of any actions the agency may take to remove or overcome any barriers to competition, if subsequent acquisitions are anticipated. The requesting service at James H. Quillen VAMC and the Acquisition Service Center is currently in the pre procurement planning process for competitive solicitation of the follow-on services. Certification The information contained in this justification for other than full and open competition is certified accurate and complete to the best of my knowledge and belief. Acquisition Initiator: I certify that the facts and representations under my cognizance, which are included in this justification and which form a basis for this justification, are complete and accurate. ____________________ __________ Signature Date Contracting Officer: I certify that this justification is accurate and complete to the best of my knowledge and belief. Since this effort exceeds $550K, this certification serves as CONCURRENCE. ____________________ __________ Signature Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2423b87a74a2ab9869eba2e9bafed3a)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA249-P-0416 0009 VA249-P-0416 0009.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=116864&FileName=VA249-P-0416-0009000.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=116864&FileName=VA249-P-0416-0009000.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02125607-W 20100421/100419234642-e2423b87a74a2ab9869eba2e9bafed3a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.