Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
DOCUMENT

R -- Contract Support Svcs - V21 - FAI Add an additional staff - Justification and Approval (J&A)

Notice Date
9/24/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg. 209(NCO 21);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Archive Date
9/28/2015
 
Point of Contact
Leala Jew
 
E-Mail Address
3-4516<br
 
Small Business Set-Aside
N/A
 
Award Number
GS-10F-170AA VA261-15-J-2550
 
Award Date
9/21/2015
 
Description
Attachment A: Request for Limited Sources Memo Format LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6(g) 2237 Transaction # or Vista Equipment Transaction #: 701-15-4-1792-0070 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Federal Acquisition Consultants, Inc. Manufacturer/Contractor POC & phone number: Nikita Davis at 202-507-6326 Mfgr/Contractor Address: 20 F Street NW, Suite 700, Washington DC 20001-6705 Dealer/Rep address/phone number: Same as above 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HCS 5342 Dudley Blvd. Bldg. 209 McClellan Park, CA 95652 VISN: 21 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: This is to procure a follow-on task order under BPA VA260-13-A-0085. Existing task order is VA260-15-J-2550. Three (3) contracting support personnel with 1102 experience are needed to assist in the contract closeouts and to provide other support work for NCO 21 from Sep 14, 2014 to Sep 13, 2015. However, due to heavy workload, an additional staff is requested and funds in the amount of $160,264.00 will be added to the current Purchase Order Number, VA701-C5099. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Additional funds are added to PO 701-C5099 to cover additional staffing. Contractor staff from this task order is to provide contract support in closing out contracts plus other contracting support services as required. The contractor shall be 1102 level 2 qualified. (b)ESTIMATED DOLLAR VALUE: $160,264.00 (c)REQUIRED DELIVERY DATE: on September 14, 2015 (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. 0Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. 0A patent, copyright or proprietary data limits competition. The proprietary data is: __________________________________________________________________________________________________________________________________________________________________________ 0These are "direct replacements" parts/components for existing equipment. 0The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. __________________________________________________________________________________________________________________________________________________________________________ 1The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. VISN 20 negotiated a BPA under competitive procedures for contracting support. Reference VA261-13-A-0085. They also issued a task order for VISN 21 for the period 9/27/2013 through 9/13/2014. Reference VA261-13-J-0063. Several contract specialists are currently employed at NCO 21. Originally three contractors cleared the extensive security investigation, received formal eCMS training and performed OJT. NCO 21 put a significant investment of money, time, and resources to bring the three staff to fully function and produce. Since Sep 4, 2015 one of the staff has resigned and in the best interest of the government, a new staff must be hired to fill the void. While the workload has steadily increase, it is imperative and in the interest of economy and efficiency, new staffing is needed. The original order or BPA was not issued under sole-source or limited-sources procedure. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: The current task order will expire on Sep 13, 2015 and the number of contracts requiring closeout are not completed and more closeouts continue to grow. The services of fully qualified 1102s are still needed to perform a vital service to properly closeout contracts timely and efficiently. The BPA pricing was arrived at in a competitive environment by VISN 20 and they determined the original TO to be the best value to the government. Continuing with the same contractor still represents the best value to the government. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Market research was initially performed in BPA VA260-13-A-0085. The incumbent is a Woman-owned Small Business and the cost to hire three support personnel is deemed fair and reasonable and provides the best value under FAR Part 8. These prices were arrived at in a competitive environment by VISN 20 and all market research documentation is filed with the BPA. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Federal Acquisition Consultant is a small business and is fully capable of providing the expert staff to assist in closing out contracts and other support services. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: The BPA was issued in a competitive environment by VISN 20. All VISN's within SAOW are authorized to issue task orders against this BPA. (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide 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. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor's supervisor, fund control point official, chief of service or someone with responsibility and accountability.) SIGNATUREDATE NAMETITLESERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(h): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ---- original document signed ----------- _____________ CONTRACTING OFFICER'S SIGNATUREDATE Leala Jew, Contracting Officer NCO 21 NAME AND TITLEFACILITY HIGHER LEVEL APPROVAL: (REQUIRED $3K and above) c. NCM/PCM/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ------ original document signed -------------- SIGNATUREDATE Mark J. Mikus NAME VISN X NCM/PCM
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2bbf2f809deb4ab82d6d7b5e8f8545e3)
 
Document(s)
Justification and Approval (J&A)
 
File Name: GS-10F-170AA VA261-15-J-2550 P00001 GS-10F-170AA VA261-15-J-2550 P00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338744&FileName=GS-10F-170AA-P00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338744&FileName=GS-10F-170AA-P00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03901683-W 20150926/150924235312-2bbf2f809deb4ab82d6d7b5e8f8545e3 (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.