Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

Q -- Modification to add an option period to allow for continuity of healthcare services in support of Naval Medical Center San Diego - JEFO

Notice Date
1/31/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
622110 — General Medical and Surgical Hospitals
 
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
3/1/2018
 
Point of Contact
Carrie E Gaither, Phone: 301-619-8594
 
E-Mail Address
carrie.e.gaither.civ@mail.mil
(carrie.e.gaither.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N62645-13-D-5012
 
Award Date
1/30/2018
 
Description
Justification for an Exception to Fair Opportunity 1. Identify the agency and contracting activity. This justification is executed by the Naval Medical Logistics Command, Fort Detrick, Maryland on behalf of Naval Medical Center San Diego, CA hereafter referred to as the medical treatment facility (MTF). 2. Nature/description of the action/contract type. Specialty Government Services, LLC (SGS), under current contract N62645-13-D-5012 of the San Diego Ancillary MATO, is providing firm fixed priced task orders for ancillary services as outlined in paragraph 3 below. 3. Description of supplies/services. SGS is currently providing Registered Polysomnographic Technologist (1 Individual) services in support of the Naval Medical Center San Diego under current task order N62645-13-D-5012-0001 with a current period of performance of 01 March 2017 - 28 February 2018. SGS is currently providing Medical Physicist (2 Individuals) services in support of the Naval Medical Center San Diego under current task order N62645-13-D-5012-0002 with a current period of performance of 21 January 2017 - 20 January 2018 with an option to extend services from 21 January 2018 - 28 February 2018. SGS is currently providing Certified Respiratory Therapists (2 Individuals) services in support of the Naval Medical Center San Diego under current task order N62645-13-D-5012-0003 with a current period of performance of 29 September 2017 - 28 February 2018. The government intends to execute a bilateral modification to the aforementioned task orders by adding and exercising an option period for 01 March 2018 through 28 February 2019 to allow for the healthcare services to continue at the Medical Treatment Facility while the successor contracts are being awarded to align with the base contract ordering period extension. Modifications will be completed to add these options at the task order level in lieu of creating separate logical follow-on task orders. In addition to the inclusion of these options at the task order level, FAR clause 52.217-9 included in each task order will be revised to correspond with Section F of the basic contracts. This modification will be executed bilaterally utilizing the changes clause under FAR 52.243-1 (Alt. 1). The estimated value of adding options for the aforementioned services is $[information redacted]. 4. Identification of the exception to fair opportunity. Furthermore, FAR 16.505(B)(2)(i)(C) states that, "The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order." Options are being added to the aforementioned task orders instead of issuing logical follow-on task orders due to the administrative ease of adding options. Each requirement was originally competed in accordance with the applicable contract ordering procedures. Due to the nature of the acquisition for services currently being performed by the contractor under this MATO, it is in the best interest of the Government to negotiate option periods 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 task order; as well as the costs associated with re-credentialing if a new contractor is chosen. No other vendors under this MATO will be disadvantaged as these services would have been extended through a logical follow-on with the same contractor. The option periods will be added to the aforementioned task orders based on there being no change in scope to the current requirement and no changes to the Statement of Work. 5. Determination by the ordering activity Contracting Officer that the anticipated cost to the Government will be fair and reasonable. In order to determine whether the contractor's proposed price is fair and reasonable for the additional option period, the Contract Specialist and Contracting Officer will review the proposed price against historical/competitive pricing and/or current market research information available. If the contractor's proposed price appears to be questionable for reasonableness, a justification from the contractor will be required in order to determine whether the proposed price is fair and reasonable. The Contracting Officer will determine the price to be fair and reasonable before adding the additional option period. 6. Any other facts supporting the justification. 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 change in current staff, adding the costs associated with reviewing new privileging packages and conducting orientation (during which time no services are provided). 7. Statement of actions to remove or overcome barriers that led to the exception to fair opportunity. At this time there are no actions being taken to remove or overcome barriers leading to the exception to fair opportunity under this contract. The current contractor is successfully providing services under this contract. If the contractor does not continue to perform successful services under this contract, then it is possible that these services would be recompeted to all contractors under this MATO through a future competitive task order proposal request to allow contractors to propose pricing and competitively be awarded a task order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c218e624d5debb60a9113b527935b99)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04806158-W 20180202/180131231751-6c218e624d5debb60a9113b527935b99 (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.