Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

D -- J&A for PACT Communication Plan, Materials, Toolkit Award to Duty First Consulting LLC - Justification and Approval (J&A)

Notice Date
8/11/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;135 E 38th St;Erie, PA 16504
 
ZIP Code
16504
 
Solicitation Number
VA24417Q1042
 
Archive Date
10/2/2017
 
Point of Contact
Laura Scott - laura.scott4@va.gov
 
E-Mail Address
Laura Scott - Contracting Officer
(Laura.Scott4@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
GS-00F-221CA VA244-17-F-5140
 
Award Date
8/3/2017
 
Description
Page 1 of 3 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA244-17-AP-3568 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by 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: Duty First Consulting LLC Manufacturer/Contractor POC & phone number: Nicole Carey, 240-535-2945 Mfgr/Contractor Address: 2650 Park Tower Drive, Ste 100, Vienna, VA 22180 Dealer/Rep address/phone number: N/A The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs Network Contracting Office 4 Erie VAMC - 135 E 38th St. Erie, PA 16504 VISN: 4 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: In accordance with FAR 8.405-6(a)(1)(i)(C), the Department of Veterans Affairs is awarding an FSS order. 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. (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: The purpose of this Order is to provide the VA VISN 4 Center for Evaluation of PACT (CEPACT) with PACT communication plans, materials, and toolkit development services. (b) ESTIMATED DOLLAR VALUE: $479,748.08 (c) REQUIRED DELIVERY DATE: 8/6/2020 (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. Specific 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. A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) These are direct replacements parts/components for existing equipment. The 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. 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 must not have been previously issued under sole source or limited source procedures. The new order is a logical follow-on to FSS Order VA244-14-F-3090, which was competitively awarded on 9/26/2014 off of solicitation VA244-14-Q-1414. The original order, VA244-14-F-3090, was placed in accordance with FSS ordering procedures against Duty First s GSA Contract GS-07F-0566Y. An 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: In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order. The original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The Contractor s pricing is consistent with other FSS schedule holders, and the FSS schedule holders maintain similar service abilities. As such, it is more economical to award a logical follow-on contract for the effort as the work is similar to the original order, and a logical follow-on order provides the most cost efficient method of contracting due to the reduced requirements (open solicitation generation, additional quote evaluation, etc.). (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 conducted to ensure the prices and capabilities of the contractor, Duty First, were comparable to the other schedule holders. Market research found that other SDVOSB companies on the schedule had similar prices and capabilities. This helped make the determination that prices are fair and reasonable for the logical follow-on. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None (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: Any requirements related to this program after this contract is completed will be competed for award. (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.) SIGNATURE DATE NAME TITLE SERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE ______________________________ NAME AND TITLE FACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE NAME NCO/PCO X Director of Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1042/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: GS-00F-221CA VA244-17-F-5140 GS-00F-221CA VA244-17-F-5140_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3726566&FileName=GS-00F-221CA-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3726566&FileName=GS-00F-221CA-006.docx

 
File Name: GS-00F-221CA VA244-17-F-5140 JA Logical Follow-on - FULLY APPROVED.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3726567&FileName=GS-00F-221CA-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3726567&FileName=GS-00F-221CA-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04625729-W 20170813/170811232500-ddbd86b6fa4ceedd342d3500bbe0e0ca (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.