Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
DOCUMENT

V -- Portland Lodging Bridge Contract - 4/01/14-4/30/14 - Justification and Approval (J&A)

Notice Date
4/24/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;Dupont WA 98327
 
ZIP Code
98327
 
Archive Date
5/1/2014
 
Point of Contact
Michael Kuchyak
 
Small Business Set-Aside
N/A
 
Award Number
VA260-14-P-0456
 
Award Date
4/1/2014
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval Under Simplified Acquisition Procedures (SAP) Simplified Acquisition Threshold ($3K to $150K) For Restricting Competition under FAR 13.106-1(b)(1) "Single Source" 1.Contracting Activity: Department of Veterans Affairs, Network Contracting Office (NCO) 20, for the Portland VA Medical Center (PVAMC), 3710 SW U.S. Veterans Hospital Road, Portland, Oregon, 97239. Social Work Service (P5SWS). 2.Nature of the Action Being Processed: This procurement under purchase request number 648-14-3-055-0050 is to difinitize a verbal authorization to proceed that was given on April 1, 2014 to the Aladdin Inn, to cover emergency services needed during a stay of performance due to a protest for Veteran lodging. In accordance with FAR 6.001(a), acquisitions conducted under FAR 13 for SAP are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2, IAW the VHA SOP for Other Than Full And Open Competition dated 3-22-2011. 3.Description of Supplies or Services Required to Meet the Agency's Needs: This procurement under purchase request number 648-14-3-055-0050 is to provide lodging for eligible Veterans in need of and/or receiving outpatient treatment at or through the PVAMC. These accommodations will be paid for by the PVAMC for eligible Veterans who have to travel long distances the day before or the day of a scheduled appointment. Only patients normally discharged to their home will be considered for hotel/motel lodging. The period of performance is 1 April 2014 through 30 April 2014. 4.Statutory Authority Permitting Restriction in Competition: The statutory authority for restricting competition under SAP, or Single Sourcing, for acquisitions under $150,000 or Simplified Acquisition Threshold (SAT) is 41 U.S.C. 253(c), as implemented by FAR 13.106-1(b)(1). The specific reason for restricting competition is urgent and compelling need for lodging for Veterans in need of and/or receiving outpatient treatment at or through the PVAMC. There was a new contract solicited and awarded prior to this contract expiring, however, the newly awarded contract was protested, which caused a stay in performance, ultimately causing this bridge contract to be put into place. This justification is in accordance with FAR 6.001(a), acquisitions conducted under FAR 13 for SAP are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2, IAW the VHA SOP for Other Than Full And Open Competition dated 3-22-2011. 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This contract to provide lodging for eligible Veterans in need of and/or receiving outpatient treatment at or through the PVAMC is an ongoing service that the incumbent, Aladdin Inn, has successfully provided in the past. The Aladdin Inn is located within a seven (7) mile radius of the PVAMC's main hospital, offers the required ADA rooms, and was available to begin service immediately. Furthermore, they have provided satisfactory services without any major problems. 6.Description of Efforts Made to Ensure that Offers are Solicited from As Many Potential Sources as Deemed Practicable IAW FAR 13.104: A new contract for this requirement was awarded to multiple vendors after full and open competition; however, this resulted in a protest by another vendor, which caused a stay of performance. Since the new contract was unable to start and due to the urgency of the requirements, a bridge contract was needed in order to continue the services vital to patient care. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable - IAW FAR 13.106-3: The anticipated total monthly dollar amount of the proposed acquisition is estimated at a monthly rate of $17,500.00, at a room rate of $52.00 for a single occupancy and $56.00 for a double occupancy. The new contracts, VA260-14-D-0002 and VA260-14-D-0003, awarded on March 24, 2014, was solicited and awarded to two contractors, one for a room rate of $53.00 for a single occupancy and $53.00 for a double occupancy and the other for a room rate of $49.00 for a single occupancy and $54.00 for a double occupancy. Since this is an ongoing non-assisted housing contract and previous agreement VA260-12-P-0467 was used in conjunction with a daily rate quotes from other vendors for non-assisted housing at similar motels and or hotels; to justify the cost to be fair and reasonable. The monthly cost for this contract was also $17,500.00 per month and a room rate of $52.00 for a single occupancy and $56.00 for a double occupancy was determined fair and reasonable after being solicited on FBO and receiving 18 competitive offers. 8.Description of the Market Research Conducted and the Results, or Statement of Reasons Market Research was not Conducted (FAR 10): FAR Part 10 directs that market research be conducted on each acquisition appropriate to the circumstances. This is an emergency procurement and there was not sufficient time to solicit additional vendors. This is a one month bridge contract to keep the current vendor for non-assisted veteran lodging. There was a new contract solicited and awarded prior to this contract expiring, however, the newly awarded contract was protested, which caused a stay in performance, ultimately causing this bridge contract to be put into place. Once the protest is handled, the new contract will be used for these services. 9.Any Other Facts Supporting the Restriction of Competition: There are no other facts supporting the restriction of competition. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: HotelCitySingleDouble Aladdin InnPortland $52.00 $56.00 StaybridgePortland$126.00$126.00 11.Statement of Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making Subsequent Acquisitions for the Supplies or Services Required: This is a one month emergency bridge contract to keep the non-assisted veteran housing vendors available until the newly awarded, protested contract's stay of performance is lifted, and the new contract can be used. 12. Requirements Certification - IAW FAR 6.303-2(c): I certify that the requirement outlined in this justification is a bonafide need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. ___//Signed//__________________ __4/18/14______________ Position: Director, Chaplain & Social WorkDate 13.Approvals IAW VHAPM, Volume Six, Chapter VI, SOP 3.2.1: a.Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ___//Signed//__________________ __4/18/14______________ Contracting SpecialistDate NCO 20 Services 1 Acquisitions Team b.NCM/PCM/DESIGNEE: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval for other than full and open competition. ___//Signed//____________________4/18/14______________ NCO 20 Services 1Team ManagerDate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/719f315714b2114bcb743944fb8bcc56)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA260-14-P-0456 VA260-14-P-0456_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327743&FileName=-3513.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327743&FileName=-3513.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03348021-W 20140426/140424235205-719f315714b2114bcb743944fb8bcc56 (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.