Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

Q -- Homeless Transition for Pensacola- Harbor House

Notice Date
7/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Department of Veterans Affairs;VA Gulf Coast VHCS;A&MMS (90C);400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Archive Date
9/29/2010
 
Point of Contact
Melanie Grigsby
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Award Number
VA256-P-0975
 
Award Date
7/1/2010
 
Description
Department of Veterans Affairs Justification and Approval 1.Identification of Agency and Contracting Activity VA Gulf Coast Veterans Health Care System, Contracting Office, Biloxi, MS, proposes to enter into a contract on a basis other than full and open competition for Social Work Services. 2.Nature/Description of Action A new firm-fixed priced requirements contract for Homeless Transitional Services which is currently being provided under Fee Agreement with Harbor House is being contemplated as authorized under the authority of 38 U.S.C. 17.48. 3.Description of Supplies/Services The requirement is to provide emergency housing to Veterans along with other services to assist them in transitioning back into the community. Ten (10) beds are intended to be utilized for these services. The transitional housing is for a period of 6 months or 180 days. Historically, Harbor House has reported that the ten beds have not been fully utilized and that the most they have assisted is four to six. 4.Identification of Statutory Authority ( X ) 41 U.S.C. 253 (c) (1) Only One Responsible Source ( ) 41 U.S.C. 253 (c) (2) Unusual and Compelling Urgency ( ) 41 U.S.C. 253 (c) (3) Industrial, Mobilization, Engineering, Developmental, or Research Capability or Expert Services ( ) 41 U.S.C. 253 (c) (4) International Agreement ( ) 41 U.S.C. 253 (c) (5) Authorized or Required by Statute ( ) 41 U.S.C. 253 (c) (6) National Security ( ) 41 U.S.C. 253 (c) (7) Public Interest 5.Rationale in support of citation in Paragraph 4 above: a.Description of contractor and or of acquisition action that demonstrates that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: In accordance with the above listed authority and as implemented by FAR 6.302-1, Harbor House is the only known operational Homeless Transitional Services facility in Pensacola, FL where the services are required. b.Efforts made to ensure that offers are solicited from as many potential sources as practical: A Sources Sought Notice was issued 1 March 2010. One SDVOSB showed interest but his establishment is in Port Charlotte, FL and he would not set up new operations in Pensacola unless given a contract first. Because the VA would need to inspect a contractor's actual proposed facility as part of the solicitation's evaluation factors, this would be impossible to accomplish as the potential Offeror does not currently have established operations in Pensacola. Further market research through Internet sources revealed that there are no other established Homeless Transitional Service providers in Pensacola. c.If the Sole Source Exception (c) (1) was chosen, state the date of synopsis or the basis for waivers. A Sources Sought Notice issued 1 March 2010 revealed only two interested companies. One is the "Incumbent" who currently provides services under a Fee Agreement and the other is a SDVOSB who currently does not have operations in the Pensacola, Florida area. Executive Order 13360, therefore, is not required as the SDVOSB is not currently available. d. If the Urgency Exception was chosen and this J&A was prepared after the procurement action was carried out, state the reasons. N/A The above acquisition will be negotiated with: N/A 6.Determination of a Fair and Reasonable Cost The Contracting Officer determines that the anticipated cost to the government will be fair and reasonable because a complete analysis of all costs or a price analysis will be fully utilized prior to award of the contract. 7.Description of market survey and any interested sources. If no market survey was conducted, state the reason. A Sources Sought Notice issued 1 March 2010 revealed only two interested companies. One is the "Incumbent" who currently provides services under a Fee Agreement and the other is a SDVOSB who currently does not have operations in the Pensacola, Florida area. The Executive Order 13360 therefore is not required as the SDVOSB is not currently available. 8.Additional Support for the use of other than full and open competition: a. Explanation of why technical data, specifications, engineering descriptions, statement of work or purchase descriptions suitable for full open and competition have not been developed or are not available: N/A b. When the sole source exception is used in the case of a follow-on acquisition, provide an estimate of the cost that would be duplicated and describe how the estimate was derived if the contract is awarded to other than the incumbent: Current amount paid per Veteran is $40 per day to Harbor House under a Fee Agreement. It is believed that Harbor House will seek a higher amount due to our failure to fill all ten beds and also due to changes in the economy. Prices of similar nature will be obtained from other VA's to determine a fair and reasonable price before award is made. c. When the urgency exception is cited provide the data, estimate of cost or other rationale as to the extent of harm to the government if the contract is not awarded expediently: N/A 9.Sources expressing an interest: Harbor House, Pensacola, FL (Current provider under Fee Agreement) Halcyon Management Group,Lighthouse Addiction Services, Port Charlotte, FL (SDVOSB) 10. Actions, if any, being taken to remove barriers to full and open competition: We will continue to maintain contact with Halcyon Management Group to see if they establish operations in Pensacola, FL. We will also continue to monitor the market through FedBizOpps and through the Social Work Services who work in the Pensacola area to determine when new companies enter the marketplace. 11. Delivery Requirements: Base Period: June 1, 2010 through May 31, 2011 1st Option Period: June 1, 2011 through May 31, 2012 2nd Option Period: June 1, 2012 through May 31, 2013 3rd Option Period: June 1, 2013 through May 31, 2014 4th Option Period: June 1, 2014 through May 31, 2015 12. Acquisition Plan: An Acquisition Plan ( ) is ( X ) is not required for this acquisition. 13. IT Approval: IT Approval ( ) is (X) is not required for this acquisition. If it is, include appropriate approvals. The assertions and recommendations in support of the justification have been prepared by: Susan Guillory//signed//5-10-2010 COTR Contracting Officers Certification The Contracting Officer has determined that the justification is accurate and complete to the best of the Contracting Officer's knowledge and belief. Melanie Grigsby//signed// 5-10-2010 __________________ Contracting Officer Not exceeding $500K Date _N/A___________________________________________ _______________ One Level Above Contracting Officer, Exceeding $500K Date CONCURRED BY: ____N/A______________________________________________________________ Head of Contracting Activity Over $500K not exceeding $10 MilDate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cad4287c11fad9f237ededfc128061c4)
 
Record
SN02198441-W 20100709/100707235131-cad4287c11fad9f237ededfc128061c4 (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.