Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
DOCUMENT

Q -- Emergency Homeless Dental Assistants Services - Justification and Approval (J&A)

Notice Date
2/19/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26214Q0362
 
Archive Date
3/4/2014
 
Point of Contact
Darwin Thomas
 
Small Business Set-Aside
N/A
 
Award Number
VA262-14-P-2423
 
Award Date
2/18/2014
 
Description
U.S. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1. Agency and Contracting Activity Identification: The Department of Veterans Affairs, VISN 22, Network Contracting Office 4811 Airport Plaza Drive, Suite 600, Long Beach, California, as directed by the U.S. Department of Veteran Affairs Greater Los Angeles Healthcare System (VAGLAHS). Justification for Other Than Full and Open Competition for purchase request: 691-14-2-7887-0001. 2. Nature of Acquisition Being Approved: VAGLAHS needs the continuation of essential veteran patient care services that are provided by Dental Assistants and Dental Hygienists. The action will be awarded as a new, Purchase Order for the period of February 18, 2014 through September 30, 2014.This procurement action covers services provided by Aerotek Scientific, LLC and will be funded by the Veteran Affairs Central Office Homeless Dental Initiative Program. A solicitation for long term services is currently in the process of being finalized and will be award by October 1, 2014. ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; (X) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4` ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 3. Description of Requirement: GLAHS is requesting sole source procurement from Aerotek Scientific, LLC. The estimated price is $167,648.00. The patient care services provided by these contracted dental assistants and dental hygienists are required and essential to avoid adverse impact to veteran care. These dental auxiliaries improve the safe and efficient delivery of dental care and patient access especially for the eligible veterans as part of the Homeless Veterans Dental Initiative Program (HVDIP). The HVDIP enhances dental services for five groups of Veterans that are named in the VHA Directive 2007-039, Eligibility Guidelines for a One-Time course of Dental Care for Certain Homeless and Other Enrolled Veterans. President Obama and Secretary Eric K. Shinseki are committed to ending homelessness among Veterans over the next five years 4. Statutory Authority Permitting Other Than Full and Open Competition: The service being procured is made under the authority of 41 U.S.C.253 (c) (2), FAR Part 6.302-2(b). This agreement is to be a non-competitive agreement, as authorized under FAR Part 6.302-2, Unusual and Compelling Urgency. ? 5. The Nature of the Acquisition Requires Use of the Authority Cited: Currently, VAGLAHS is experiencing shortages. The "unusual and compelling urgency" is due to the fact that the Contractor is currently providing qualified dental auxiliaries (six dental assistants for 3 VAGLAHS dental sites) which are required for safe, patient-centered care and it is imperative that this continuity and integrity of quality patient care be maintained without disruption. In addition, these six dental assistants improve the dentist to dental assistant staffing ratio and address recommendations of "inadequate dental support staff'. Therefore, any time lapse in the employment of this contractual dental support staff would be extremely detrimental to the VA mission of providing exceptional patient-centered healthcare to veterans. Another contractor will not be able to step in immediately to provide these services due to the lengthy credentialing process and to ensure continuity of care. These services are very essential to the patient care resulting in life or death situations. Therefore, a decision was made to establish a short term Purchase Order with Aerotek Scientific, LLC because of the existing unusual and compelling urgency for VA patient treatment, as authorized under FAR 6.302-2. 6. A Description of Efforts Made to Ensure That Offers From as Many Potential Sources As Practicable and Whether a Notice Will Be Publicized. See Item 5 above. A notice will not be publicized because it is not required according to FAR 5.202(a) (2) Unusual and Compelling. The proposed contract action is made under the conditions prescribed in FAR 6.302-2 Unusual and Compelling Urgency. The Purchase Order awarded using the FAR authority cited above is supported by the written justification contained herein (Item No.5) prescribed by FAR 6.304 and made after award when its preparation and approval prior to the award of the Purchase Order would unreasonably delay the acquisition of Dental Assistants and Hygienists services needed to avert interruption of such services to VA patients in need of care. The minimum period of performance, seven months, will not exceed the time necessary for the VA to enter into another five year Blanket Purchase Agreement for the required services through the use of full and open competitive procedures to as many potential sources as is practicable under the circumstances. Specifically, as part of the acquisition plan and milestones for a long-term contract, the initial market research and survey of FSS holders will be expanded to seek and solicit as many potential sources as practicable from the GSA database of FSS holders under the GSA eLibrary category of 621-035 Professional and Allied Healthcare Staffing Services - Dental Hygienists Services. In the course of such research and survey, a source sought notice or combined synopsis-solicitation will be publicized in eBuy for the required services. 7. Anticipated Cost: The anticipated dollar value for the contract action is for approximately $167,648.00. The Contracting Officer determines that the anticipated price will be fair and reasonable based on historical price analysis. Market research and analysis of the current contract in place for Dental Assistants and Dental Hygienists provide evidence of fair and reasonable pricing. 8. Results of Market Survey: Market Research was conducted in accordance with FAR Part 10 to determine the commercial availability and potential sources for the services of Dental Assistants and Dental Hygienists to perform services in accordance VAGLAHS requirements. A search of GSA Advantage, there was four other Contractors listed on the FSS which could provide the required services: Company NameGSA Contract Expiration DateCeiling Price Dental AssistantCeiling price Dental Hygienist Dental Power International, INC.V797P-4004411/30/2018$31.88$61.34 NiteLines USA, IncV797P-7324A2/29/2016$28.50$53.00 Spectrum Healthcare Resources, INCV797P-2290d10/31/2017$32.32$71.72 All Medical PersonnelV797P-7198A3/31/2014$28.00$55.00 Aerotek Scientific, LLCV797D-3010102/24/2018$33.80--- 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition: If there is any delay in this award, this would create a shortage of dental assistants and compound the current VAGLAHS Dental Department patient access issues for eligible dental patients including the entitled veterans in the Homeless Veterans Dental Initiative Program. Also, these delays and staffing shortfalls could create potential safety, infection control and reusable medical/dental equipment issues with this reduced ancillary support. 10. Any Other Interested Sources: Due to the lengthy processes of finding qualified candidates and for each selected individual to obtain security clearance and access (including obtaining the required PIV Card), it is not effective/ feasible to solicit other potential sources/ vendors at this time. This prolonged time gap and absence of necessary dental auxiliary staff would negatively impact patient care. The span of this contract will ensure continuity of support while a long term contract is being finalized. 11. A Statement of the Actions, if any, the Agency May Take To Remove of Overcome Any Barriers to Competition Before Any Subsequent Acquisition is required: Any subsequent solicitation will be issued on a competitive basis, because it is anticipated that enough time will be allowed for the Government to implement the entire procurement process, including availability to utilize full and open competition from among potential contractors. 12. Requirements Certification: Certification required of the requestor for a statement of Bona Fide Need for the Department of Veterans Affairs and its supporting data, under my cognizance, which are included in this justification, are accurate and complete, to the best of my knowledge and belief. Data in support of the requirement, its accuracy and completeness, is contained in the "Approval Memorandum" (Certifications as required by VA Directive 1663). 13. Approvals in accordance with FAR 6.304: a.Contracting Officer's Certification: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q0362/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA262-14-P-2423 VA262-14-P-2423_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1212850&FileName=-3142.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1212850&FileName=-3142.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03291787-W 20140221/140219235212-06a35e750b440ce4204ca9164a1c44d5 (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.