Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
DOCUMENT

Q -- True Harbor, LLC Home Instead Senior Care (Falls Church) - Attachment

Notice Date
8/20/2014
 
Notice Type
Attachment
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;VISN 5 Contracting;849 International Drive;Linthicum MD 21090
 
ZIP Code
21090
 
Solicitation Number
VA24514R0238
 
Response Due
9/5/2014
 
Archive Date
9/20/2014
 
Point of Contact
Krista Shreet
 
E-Mail Address
1-7304<br
 
Small Business Set-Aside
N/A
 
Description
***Note: This is a correction to the pre-solicitation notice posted on 8/14/14. ____________________________________________________________________________________ The Department of Veterans Affairs intends to negotiate and award a sole source commercial Basic Ordering Agreement for Homemaker/Home Health Aide services with Home Instead Senior Care True Harbor located at 103 W. Broad St., Falls Church, VA The purpose of the award is to allow for the placement of Veterans in a facility that is within close proximity to their home or family. The Government intends to negotiate a Basic Ordering Agreement for the period of one base year plus four option years. The proposed contract action is for services which the Government intends to solicit and negotiate with only one source in accordance with FAR 6.302. This notice is not a request for competitive quotes, proposals, or information. Please direct any questions to Krista Shreet at krista.shreet@va.gov. DEPARTMENT OF VETERANS AFFAIRS VISN 5 Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, NCO 5, 849 International Dr., Ste. 450, Linthicum, MD 21090 Requisition No. Funded/Paid through VA Form 1358, Obligation or Change in Obligation, in accordance with Volume II- Chapter 6 2.Nature and/or Description of the Action Being Processed: Pursuant to FAR 6.302-1 and 41 U.S.C. 253(c)(1), the VA has a requirement which can only be reasonably met by a single supplier. This action is to establish a new Basic Ordering Agreement with the current contractor, Home Instead Senior Care True Harbor. Services at this time may be deemed to be available only from the original source in the case of a follow on contract, when it is likely that an award to another source would result in unacceptable delays in fulfilling the agency's requirement and substantial duplication of cost to the Government that is not expected to be recovered through competition. The Washington DC VA Medical Center (DC VAMC) anticipates entering into a sole source acquisition negotiation for eligible Veterans to continue receiving Homemaker/Home Health Aide (HHA) services. Home Instead Senior Care is currently supporting the DC VAMC by providing H/HHA services to eligible veterans, the absence of which would require nursing home placement. H/HHA services will be furnished to Veterans in the community for whom such care is specifically authorized by the DC VAMC. Provided services include Home Care Services and Registered Nurse/Case Manager to VA patients. The Government anticipates an award of a Basic Ordering Agreement (BOA), in accordance with FAR 16.703. A binding contract will be formed, in accordance with the terms and conditions of this BOA, when the Department of Veterans Affairs (VA) agrees non-VA care is required and the contractor agrees to accept the patient and provide direct patient care services. Upon acceptance by the contractor of beneficiaries of VA, all clauses and terms and conditions of this BOA shall apply and become part of the resultant contract during such time as the VA patient remains in the contractor care at the expense of the VA. 3.Description of Supplies/Services Required to Meet the Agency's Needs: In accordance with Title 38 Code of Federal Regulations (CFR) 17.38 (a) (1) (ix), all enrolled Veterans are eligible for comprehensive array of medically necessary in home services as identified in VA's Medical Benefits package. VA uses home and community based care services as an alternative to nursing home care in accordance with the authorizing statue Title 38 U.S.C 1720. A sole source award will be made to Home Instead Senior Care True Harbor for continuous services to veterans and eligible beneficiaries. Home Instead Senior Care True Harbor, hereafter referred to as "H/HHA" will provide care to include: activities of daily living, instrumental activities of daily living, homemaker services, home health aide services, personal care services, and respite care. Striving to meet healthcare needs and promote maximum wellbeing, a break in continuity of care to our Veterans would prove detrimental and negatively impact the quality of life for this aged Veteran population who require critical assisted services and supportive environment. The Basic Ordering Agreement cost is as follows. Period of PerformanceAnnual AmountAnnual Inflation IncreaseIncrease AmountAnnual Estimate Base Period$109,260.00N/AN/A$109,260.00 Option Period 1$109,260.001.28%$1,398.53$110,658.53 Option Period 2$110,658.531.28%$1,416.43$112,074.96 Option Period 3$112,074.961.28%$1,434.56$113,509.52 Option Period 4$113,509.521.28%$1,452.92$114,962.44 Grand Est. 5 Yrs.$560,465.44 "COR IGCE: $560,465 (base year plus four options). "Contracting Officer's (CO) Cost Estimate: Placements will be made in contract facilities based in availability of facilities and the desires of the veterans and their respective families. As it is impossible to determine actual usage of any particular contract facility, the VA uses Basic Ordering Agreements with no guaranteed minimums. However, based on a usage rate of 1 veteran for 365 days, a reasonable estimate for the value of any particular contract would be around $95,000 per year, with many facilities experiencing authorized veteran populations in excess of 10 per year. Daily costs differ depending on the level of necessitated. 4.Statutory Authority Permitting Other than Full and Open Competition:. FAR 6.302-1 and 41 U.S.C. 253(d)(1)(A): Only one responsible source and no other suppliers or services will satisfy agency requirements. 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): As noted in paragraph 3, H/HHA services are essential to the provision of planned programming designed to promote social and health related services to aging Veterans in the service area who are no longer able to manage independently or who are isolated without an essential support network to facilitate needed care services. A break in the continuity of care to our Veterans would prove detrimental and negatively impact the wellbeing of the aged Veteran population who require assisted services and supportive environment. Re-competing the services would result in a change in services to the existing Veterans who are already enrolled and receiving service based on medical necessity for several years. Veterans with long term psychiatric conditions or organic brain dysfunctions would likely experience a decline in functioning or experience an exacerbation in their level of functioning mentally, emotionally, and physically resulting from a disruption or change in vendor. A decrease in stability could potentially lead to irreversible harm or even death. (Note: stability with respect to such medical treatment as may be necessary to assure, within reasonable medical probability, which no material deterioration of the condition is likely to result from or occur during the transfer of an individual from a vendor). Consistency in their therapeutic milieu is warranted. The primary goal is to maintain or restore the Veteran to the highest attainable level of health and well-being, thus Veteran treatment should be focused on stabilizing symptoms as much as possible. The benefit of a supportive environment would serve both veterans and their caregivers. Discontinuation of the current contract services will cause an unacceptable delay in fulfilling the agency's requirement for Veteran support and cause substantial duplication of cost to the Government that is not expected to be recovered through competition. The current facility has and will continue to meet all state licensing requirements including the state requirement pertaining to level of medical liability insurance. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A notice of Intent to sole source will be published on FedBizOpps. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: In order to determine whether the contractor's proposed price is fair and reasonable, the Contract Specialist will review the proposed rates against VHA Benchmark rates. If the contractor's proposed price appears to be questionable for reasonableness, a justification from the contractor will be required in order to determine whether the proposed price is fair and reasonable before award. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Research was conducted on a limited basis due to the limitation of the geographic area. Research was conducted to establish H/HHA contract services located throughout the local VA's catchment area to provide homemaker services to Veterans near or as near as possible to family or friends.. Market research for future agreements is dependent on the needs of the patient population in the catchment area and resource availability of the VA Medical Center so as to maximize patient care while maintaining compliance with VA regulations. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Continuing service is critical to Veterans to sustain a quality of life at an acceptable level. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: N/A 11.A Statement of the 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: The Contracting Office has identified ways to improve and increase competition for the medical services in areas where competition can be considered. Approval not to compete does require VA Director and Chief of Staff approval prior to acquiring the medical services. The procurement action will be posted to the Government Point of Entry. Any responses will be referred the GEC coordinator to determine if additional sources capable of satisfying the agency's requirements exist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fcb00152b0ce38dc58c00caf1ef92aa4)
 
Document(s)
Attachment
 
File Name: VA245-14-R-0238 VA245-14-R-0238_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1584248&FileName=VA245-14-R-0238-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1584248&FileName=VA245-14-R-0238-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03473591-W 20140822/140821000925-fcb00152b0ce38dc58c00caf1ef92aa4 (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.