Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

Q -- NEW IDIQ CONTRACT: NO COST | Award Sole Source Contract to Logistics Health Inc. (LHI) | Medical Disability Exams (MDE) | VA119A-17-D-0009 - Justification and Approval (J&A)

Notice Date
2/16/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A17R0057
 
Archive Date
3/13/2017
 
Point of Contact
Christina Heller, Contract Specialist
 
Small Business Set-Aside
N/A
 
Award Number
VA119A-17-D-0009
 
Award Date
1/12/2017
 
Description
CLASS LIMITED SOURCES JUSTIFICATION Class Justification for Other than Full and Open Competition Contracting Activity: Department of Veterans Affairs (VA) Office of Acquisition Operations Strategic Acquisition Center Frederick (SAC-F) 321 Ballenger Center Drive, Suite 125 Frederick, MD   21704 Description of the Action: The proposed action is for four firm-fixed-price multiple award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts and subsequent task orders to the four incumbent contractors that are currently providing Medical Disability Examination (MDE) services for VA. The incumbent contractors are QTC Medical Services (QTC), Veterans Evaluation Services (VES), Logistics Health Inc. (LHI), and Medical Support Los Angeles (MSLA). Description of Supplies/Services: The VA, through VBA, administers the Compensation & Pension (C&P) Program for benefits to Veterans, their dependents, and their survivors. Entitlement determinations for disability compensation and pension claims are made by VBA Rating Veterans Service Representatives (RVSRs) and Decision Review Officers (DROs) working in VA Regional Offices (VAROs) across the country. Public Law 104-275 was enacted authorizing VA to contract for medical examinations. Medical Disability Examinations are a critical piece of the medical examination process by determining the percent of disability that the Veteran is awarded. Examinations are required for thousands of Veterans on an annual basis and internal VA personnel resources cannot support this workload without contract support services. The examination includes a physical and a report that provides essential medical and disability information which supports each claimed disability. It is not enough to simply state a diagnosis; the examination report also provides detailed medical information sufficient for RVSRs and DROs to arrive at a medical decision that can withstand the scrutiny of an appellate review. The existing four contracts that expire on January 12, 2017, include the following, all of which are funded through VBA congressionally mandated funding: QTC Medical Services, Inc. (QTC) Contract #: VA791-P-0146 Expires: January 12, 2017 Funding: VBA Mandatory Funding Veterans Evaluation Services, Inc. (VES) Contract #: VA791-P-0108 Expires: January 12, 2017 Funding: VBA Mandatory Funding Logistics Health Inc. (LHI) Contract #: VA791-P-0107 Expires: January 12, 2017 Funding: VBA Mandatory Funding Medical Support Los Angeles (MSLA) Contract #: VA791-P-0105 Expires: January 12, 2017 Funding: VBA Mandatory Funding To avoid a lapse in service to Veterans, VA needs to award short-term bridge contracts and subsequent task orders will be funded with mandatory congressional dollars so that disability exams may continue until the protested MDE next generation contracts are in place and fully ramped up. Awarding bridge contracts with VA s incumbent contractors is the most appropriate method to continue uninterrupted MDE services. If this action is not approved, VA and Veterans will suffer severe injury if there is a lapse in service. Award of these urgent and compelling contracts will provide continued disability exams across all VBA locations. The ordering period for these actions will be a base period of three months beginning January 13, 2017, with an option for up to six months of extended service, if necessary, under Federal Acquisition Regulation (FAR) 52.217-8 (Option to Extend Services). This will allow time for the resolution of the GAO protests, as well as, a 90-day ramp-up period once the new contractors begin performance. The estimated value of this acquisition is $1.2 Billion. This cost estimate is based on the prior year period of performance. Statutory Authority: The statutory authority permitting other than full and open competition is 41 U.S.C. § 3304(a)(2) and implemented by the FAR 6.302-2, Unusual and Compelling Urgency. Rationale Supporting the use of the Authority Cited Above: The VA recently awarded several contracts that were intended to provide disability exam services. However, the recently awarded contracts are currently under a stop-work order due to post-award protests filed with GAO. The VA is currently taking corrective action to ensure the issues identified by GAO are addressed. Should GAO deny the pending protest in its entirety, the previously awarded contractors shall begin a three-month ramp up period on or about January 13, 2016. Since the new contractors will not be at full capacity to accept orders in all locations, bridge contracts are needed to prevent a lapse in service to Veterans. Should GAO sustain a portion or portions of the pending protest, corrective actions may be required by VA. To avoid a lapse in service while the corrective actions are completed, bridge contracts are needed to prevent a lapse in service to Veterans. If this action is not approved, VA and Veterans will suffer severe injury if there is a lapse in service. Significant delay in adjudicating thousands of Veterans benefit eligibility will occur, depriving qualifying Veterans of medical care and other earned VA benefits. Award of these urgent and compelling contracts will provide continued disability exams across all VBA locations. Efforts to Obtain Competition: As required by Subpart FAR 5.203, these actions may be synopsized on or around January 12, 2017, through FedBizOpps; however, the proposed contract action is made under the conditions described in 6.302-2 and the Government may be seriously injured if the agency complies with the time periods specified in 5.203. Further, the contracts and subsequent task orders supported by this justification are merely a short-term bridge effort to ensure continued service while VA addresses GAO s recommendations that resulted from the post-award protests of MDE. Determination of Fair and Reasonable Cost: As the Contracting Officer, I hereby determine that the anticipated cost to the Government will be fair and reasonable. The quoted prices will be compared to historical pricing of the previous contract actions and comparable prices on the commercial price list that was previously negotiated. Further pricing discounts will be sought on the sole-source bridge contracts. Market Research: The Government performed extensive market research in preparation of the recently awarded contracts (which were competed under VA solicitation number VA119A-15-R-0150) and are aware that numerous sources could potentially provide this short-term requirement. Thirteen vendors submitted proposals under the aforementioned solicitation. However, insufficient time is available for the Government to hold a competition among the available vendors prior to the expiration of the existing contracts on January 12, 2017. Furthermore, it is highly probable that none of the potential vendors would be able to begin performance without significant start-up delays. As a result, no additional market research was conducted beyond what was recently prepared under solicitation number VA119A-15-R-0150. Any Other Facts Supporting this Justification: Veterans Benefits Administration (VBA), who administers the Compensation Services Program, has an immediate requirement for MDE services to continue uninterrupted. On March 28, 2016, 12 new contracts were awarded for MDE services. The new contracts are intended to provide continued MDE services following the expiration of previously awarded contracts. The contracts were protested April 4, 2016, and a stop work order was issued April 7, 2016, as a result of the protest. VA took corrective action to remedy three issues found deficient by the Government Accountability Office (GAO) in its decision on the protest. Following the corrective actions, new awards were made on September 16, 2016. Immediately following these awards, three new protests were filed with GAO November 4, 2016, and a decision on this subsequent protest is not expected until approximately January 12, 2017. Coinciding on the same date as the anticipated GAO protest decision, four existing contracts covering these services expire (January 12, 2017). Regardless of the outcome of the protest, the four incumbent contractors are required as a bridge effort until the protested MDE contracts are resolved and the awardee contractors complete a three month ramp-up period under the protested contracts. The authority to act under this class justification for other than full and open competition will cover the award of the IDIQ contracts as well as the subsequent task orders needed from January 13, 2017 April 12, 2017, or until the competitive awards clear the protest process, whichever is sooner. In accordance with FAR 6.303-2(b)(9)(iii), the following information is provided regarding the extent and nature of the harm to the Government. A significant reason Congress authorized contracted exam providers to perform MDEs on behalf of VA, under Public Law 104-275, was to streamline VA s ability to address Veterans requirement for disability exams. A lapse in service would significantly hinder VA s ability to satisfy this Congressional intent for a significant period of time. As previously mentioned, the services under this proposed contract must begin on October 1, 2016, presenting an unusual and compelling need to meet VA requirements. The VA does not have the capacity to handle the unexpected volume of disability exams on such short notice, and would incur significant additional costs to its medical centers and physicians if it were to consider handling the required MDEs through VA internal resources. The statutory requirement to comply with 38 U.S.C. § § 8127 8128 and implemented under VA Acquisition Regulation (VAAR), Subpart 819.70, as a result of the June 16, 2016, a decision of the U.S. Supreme Court in Kingdomware Technologies, Inc. v. United States, 136 Sup. Ct. 1969 (2016) has been addressed. Due to the unusual and compelling urgency, the Contracting Officer has no reasonable expectation that two or more SDVOSBs can meet the Government s requirements without resulting in serious injury, financial or other to the Government. A Listing of the Sources, if any that Expressed, in Writing, an Interest in the Acquisition: No other sources expressed, in writing, an interest in the acquisition. In accordance with FAR 6.302-2(b)(1), and due to the urgent and compelling nature of this requirement, the Government does not have sufficient time to compete the requirement among all interested firms. Based on recent market research, other known sources could potentially provide services at some of the locations; however, no other vendors would be able to begin performance by the January 12, 2017 deadline. Actions to Increase Competition: At this time, there are no other actions that can be taken to increase competition. The requirement for MDE bridge service contracts subsequent task orders are based on unusual and compelling urgency caused by the award protests and the expiration of the existing contracts. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. _______________________________ ______________ Contracting Officer s Representative Date Veterans Benefit Administration (VBA) Determination of Best Value/Contracting Officer Certification: I hereby determine that the proposed contract actions will represent the best value to the Government and certify that this justification is accurate and complete to the best of my knowledge and belief. _______________________________ ______________ Contracting Officer Date Strategic Acquisition Center - Frederick Office of Acquisition Operations Legal Sufficiency Certification: I have reviewed this justification and find it legally sufficient as to formalities and compliance with the requirement set forth in FAR 6.302-2. _______________________________ ______________ Legal Counsel Date Concurrence Based on the foregoing justification, I concur with the class justification for the acquisition of Medical Disability Examination Services in the estimated total amount of $1.2 billion, on an other than fair opportunity basis, pursuant to the authority cited in Section 41 U.S.C. 3304(a)(2) and implemented by the FAR 6.302-2, Unusual and Compelling Urgency, subject to availability of funds, and provided that the services herein described have otherwise been authorized for acquisition. _______________________________ ______________ Head of Contracting Activity (003B) Date Office of Acquisition Operations Approval Based on the foregoing justification, I approve the class justification for the acquisition of Medical Disability Examination Services in the estimated total amount of $1.2 billion, on an other than fair opportunity basis, pursuant to the authority cited in Section 41 U.S.C. 3304(a)(2) and implemented by the FAR 6.302-2, Unusual and Compelling Urgency, subject to availability of funds, and provided that the services herein described have otherwise been authorized for acquisition. ____________________________ ______________ Senior Procurement Executive (003A) Date Office of Acquisition and Logistics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17R0057/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA119A-17-D-0009 VA119A-17-D-0009_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3281795&FileName=VA119A-17-D-0009-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3281795&FileName=VA119A-17-D-0009-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04405956-W 20170218/170216235253-38258e361f8edfa4f60718cc086ef9b7 (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  © 1994-2020, Loren Data Corp.