SOLICITATION NOTICE
R -- Clear and Legible Reporting Services
- Notice Date
- 4/24/2017
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Archive Date
- 5/24/2017
- Point of Contact
- Eugene P. Datoc, Phone: 3016194191
- E-Mail Address
-
eugene.p.datoc.civ@mail.mil
(eugene.p.datoc.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N62645-15-D-0004
- Award Date
- 3/31/2017
- Description
- LIMITED SOURCE JUSTIFICATION FOR FSS ORDER 1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY: This justification is executed by the Naval Medical Logistics Command, Fort Detrick, Maryland on behalf of Naval Hospital Oak Harbor, WA hereafter referred to as the medical treatment facility (MTF). 2. NATURE/DESCRIPTION OF CONTRACT ACTION: The government intends to negotiate a logical follow-on call order with Enterprise Resource Planning Integration for the existing Clear and Legible Reporting Services currently being provided under GSA Federal Supply Schedule (FSS) 621-039, Blanket Purchase Agreement (BPA) N62645-15-A-0002, call-order 0009. The current call order has a period of performance ending 31 March 2017. The new call order will have a period of performance of 1 April 2017 through 31 March 2018. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: The follow-on call order will mirror the Clear and Legible Reporting Services that Enterprise Resource Planning Integration is currently providing. The follow-on call order will have a performance period of 1 April 2017 through 30 September 2018. The estimated value of this requirement is $321,741.00. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority which permits restricting consideration of schedule contractors to fewer than that required in FAR 8.405-1 is 41 U.S.C. 253, as implemented by FAR 8.405-6(a)(1)(i)(C) In the interest of economy and efficiency, the 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 or BPA must not have been previously issued under sole-source or limited-sources procedures. Due to the nature of the acquisition for services currently being performed by Enterprise Resource Planning Integration under the FSS BPA, it is in the best interest of the Government to negotiate a logical follow-on allowing for the most effective use of resources. Recompeting the services currently being filled would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. Such costs include the time of technical and contracting personnel to review and evaluate the requirement, proposal, and call order; as well as the costs associated with the recruitment and hiring of personnel if a new contractor is chosen. The current services will be followed on with Enterprise Resource Planning Integration based on there being no change in scope to the current requirement. 5. DETERMINATION OF BEST VALUE: The contractor's quote for the requirements of the current call order was determined to represent the best value out of all six quotes submitted by contractors holding BPAs under the FSS. The price under the current call order was determined to be fair and reasonable based on competition. In order to determine whether the contractor's proposed price for the LFO is fair and reasonable, the Contract Specialist and Contracting Officer will review the proposed price against current market research information available. If the contractor's proposed price appears to be questionable for reasonableness, justification for the proposed price and the proposed price for the option period from the contractor will be required. The Contracting Officer will determine the price to be fair and reasonable before awarding a new call order. 6. DESCRIPTION OF MARKET RESEARCH: A comparison may be made between the Employment Cost Index from the Bureau of Labor Statistics and the price increase proposed for the LFO. A price increase not exceeding the current Employment Cost Index rate may indicate that the proposed price is fair and reasonable. Other current market conditions may be considered in the reasonableness determination. Market research may include comparing the prices for similar requirements provided by other contractors holding BPAs under the FSS. 7. ANY OTHER SUPPORTING FACTS: This contractor is successfully providing services and has already worked through recruitment costs and has established a system for tracking and providing staff that works well at the requiring MTF. Changing contractors could require a complete turnover of current staff, adding the costs associated with reviewing new worker packages and conducting orientation (during which time no services are provided). 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: At this time there are no actions being taken to remove or overcome barriers leading to the exception to fair opportunity under the FSS. It is possible that option periods may be added to future competitive call order requests for quotes (CORFQs) to allow contractors holding BPAs under the FSS to propose prices. A call order would then be competitively awarded for current and subsequent years of service. The use of options for CORFQs would eliminate the need to issue logical follow-on call orders, which require the use of the exception to fair opportunity. 9. CONTRACTING POINT OF CONTACT: The point of contact at Naval Medical Logistics Command, Fort Detrick, Maryland is CERTIFICATIONS AND APPROVAL I certify that the facts and representations under my cognizance which are included in this Justification and its supporting acquisition planning documents, except as noted herein, are complete and accurate to the best of my knowledge and belief. Technical/Requirements Cognizance _______________________________________________ LEGAL SUFFICIENCY REVIEW I have determined this Justification is legally sufficient. ________________________________________________ CONTRACTING OFFICER CERTIFICATION I certify that this justification is accurate and complete to the best of my knowledge and belief. _______________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f42636fba6cc8d8ad9c06e4be0670505)
- Record
- SN04483251-W 20170426/170424235101-f42636fba6cc8d8ad9c06e4be0670505 (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 |