Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2017 FBO #5780
DOCUMENT

D -- Sustainment of PCMMR- Sole Source T4NG Task Order - Attachment

Notice Date
9/18/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
T4NG0263
 
Archive Date
11/9/2017
 
Point of Contact
Derek Maselli, 732-440-9718, Derek.Maselli@va.gov
 
E-Mail Address
george.govich@va.gov
(george.govich@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA118-16-D-1023
 
Award Date
9/10/2017
 
Description
1 1 JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity: Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, New Jersey 07724 2. Description of Action: The proposed sole source action is for the award of a firm-fixed-price (FFP) Task Order (TO) issued under Transformation Twenty-One Total Technology Next Generation (T4NG) Contract Number VA118-16-D-1023. The purpose of this TO is to provide software sustainment services for the Patient Centered Management Module (PCMM) - Web Application with Enterprise Services, LLC, 13600 Eds Drive, A3S-B53, Herndon, VA 20171. The period of performance for this TO shall be six (6) months from date of award with a one (1) month option period. 3. Description of the Supplies or Services: The Department of Veterans Affairs (VA) Patient Centered Management Module Rehost / Reengineering (henceforth referred to as PCMM Web) is an Enterprise Application designed  to provide a global view of Patient Aligned Care Team (PACT)  information. PCMM Web facilitates the efficient tracking and management of Primary Care (PC) patient populations and correlating PACTs. PCMM Web populates the Computerized Patient Records System with local and remote PACT assignment information as well as applies metrics used to define and refine PACT capacity, staffing levels, and overall performance. Specifically, PCMM Web enables users to (1) set up and define health care teams; (2) assign staff and the associated full-time equivalent staff to positions within each team; (3) assign patients to the team; and (4) assign patients to specific team members. The system enforces business rules by default and ensures that information is reliable and consistent across VA. Further, the system allows the PACT to optimally manage health care for assigned patients, to include Veterans Health Administration owned, leased, and contracted locations.   This request is for the sole source award of a firm-fixed price TO to provide continued software sustainment services for the PCMM Web Application while the Government moves forward with the competitive solicitation of the follow-on effort on the Transformation Twenty-One Total Technology Next Generation (T4NG) Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The total estimated value of the proposed action is REDACTED, inclusive of the option period. 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505(b)(2)(i)(B) entitled Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. 5. Rationale Supporting Use of Authority Cited Above: The PCMM project began the process of transferring to the hardware sustainment entity - Enterprise Operations (EO) (now known as Infrastructure Operations (IO)) in fiscal year (FY) 15. This transfer process consists of the transfer of responsibility for all system hardware as well as the maintenance, sustainment, and management of all said hardware. This includes the quality of service metrics for each piece of equipment (e.g., the acceptable amount of unplanned downtime for the equipment set). EO/IO was unable to accept PCMM Web in FY15 and the project was forced to give up FY15 Service Level Agreement Modification (SLAM) sustainment funding and solicit dollars in FY16. Funding was identified and provisioned in FY16 and a new EO intake was put in place. The PCMM Web project team worked with EO/IO extensively in FY16 to execute the transfer, but ultimately the transfer was denied at the end of FY16 and the team was instructed to try again in FY17. This resulted in the Office of Information and Technology engaging the Technology Acquisition Center to create a contract modification to execute the required sustainment of the product. This modification was successfully executed and awarded on September 26, 2016. In FY17, the team identified and provisioned FY17 funding to execute the transition. On Tuesday, April 18, 2017, EO/IO stated that it is currently unable to take on any new work due to contracting issues and memory provisioning limitations. EO/IO further stated that the earliest it could execute the transfer is in the September 2017 timeframe. The software sustainment vendor Health Product Support, a Federal VA entity, will not accept responsibility until the system has successfully been transferred to EO/IO and demonstrated operational stability for three (3) months. The PCMM Web system is currently in production across VA as a whole (e.g., across the enterprise). The system consists of a highly tailored/unique database installation with multiple connections to other large VA enterprise systems, the Veterans Information Systems and Technology Architecture (VistA) being the largest. This results in a highly specialized installation state and requires sustainment personnel to have a first-rate understanding of the system architecture, custom database(s), and all interconnections to other VA systems. There is no other vendor that possess this level of knowledge. The Government estimates, conservatively, that a new contractor would take a minimum of three (3) months to develop this level of expertise. The incumbent possesses all necessary skillsets and is in a position to execute immediately. As mentioned below in Section 7, this is only a temporary bridge leading to a larger, competitively solicited, contract expected in late CY2016/early CY2017. Awarding this TO on a sole source basis to the incumbent to execute PCMM Web software sustainment will ensure the continuity of services required for VA to be able to execute its mission to deliver healthcare and benefits services directly to Veterans. Of note, EO/IO is actively engaged now and has firm plans to release initial hardware. There is little risk in this plan as there is an active SLAM, adequate funding, and daily meetings to manage progress. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. This effort did not yield any additional sources that can meet the Government s requirements. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), notice of award of this action will be synopsized and this justification will be made publicly available within 14 days of award on the Federal Business Opportunities Page. 7. Actions to Increase Competition: There are no barriers to future competition. VA plans to move all enterprise systems to cloud sustainment PCMM is included. This is a new technical direction for the organization and, although cloud contracts are already in place, it will take several months to execute. The Office of Information and Technology is currently working a long-term, competitive, T4NG task order to execute this sustainment service in the future. This sole source action acts as a bridge from now to the point when this larger contract is in place. 8. Market Research: Initial market research was conducted via a Request for Information (RFI) on the T4NG IDIQ Contract. On July 26, 2017, an RFI was posted on the Acquisition Task Order Management System to all T4NG prime contract holders requesting technical information necessary to determine if industry was capable of providing the required software sustainment services while meeting the Government s timeframe. On August 1, 2017 a response was received from one concern, the incumbent, Enterprise Services LLC. The response was reviewed by the Government s technical expert, Aaron Lindstrom, PCMM Project Manager on August 10, 2017. Based on the Contractor s written response, it was determined that Enterprise Services LLC was capable of meeting the Government s requirements and providing the required services in the required timeframe. In an effort identify any potential small business concerns capable of meeting the Government s requirements, additional market research was conducted by posting an RFI on the Federal Business Opportunities (FBO) website on August 4, 2017, requesting technical information necessary to determine if industry was capable of providing the required software solution and services while meeting the Government s timeframe. On August 9, 2017, a response was received from one concern, the incumbent, Enterprise Services LLC. Based on the results of the review set forth above, no additional sources were found, other than the incumbent, that could meet the Government s requirements and provide the required services in the required timeframe. As a result the Contracting Officer has determined that award of a new TO on a sole source basis to Enterprise Services LLC is in the best interest of VA as it is the only source that can perform these services in the time frame required. 9. Other Facts: None 10. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6fffaefafd31219802ffc49c47930b8f)
 
Document(s)
Attachment
 
File Name: VA118-16-D-1023 VA11817F10230004 VA118-16-D-1023 VA11817F10230004_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3799677&FileName=VA118-16-D-1023-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3799677&FileName=VA118-16-D-1023-005.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04683213-W 20170920/170918232404-6fffaefafd31219802ffc49c47930b8f (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.