AWARD
Q -- Northeast San Antonio, TX CBOC services
- Notice Date
- 7/9/2021 3:23:06 PM
- Notice Type
- Award Notice
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721R0103
- Archive Date
- 08/08/2021
- Point of Contact
- Frank Gamboa III, Contracting Officer, Phone: 915-217-1239
- E-Mail Address
-
Frank.Gamboa@va.gov
(Frank.Gamboa@va.gov)
- Award Number
- 36C25721C0057
- Award Date
- 07/08/2021
- Awardee
- CRASSOCIATES, INC. NEWINGTON 22122
- Award Amount
- 2818800.00000000
- Description
- The requirement is for CBOC services, which will be provided to Veteran beneficiaries within the South Texas Veterans Health Care System. Authorization: FAR 6.302-1. See justification below. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C257-21-AP-1859 1. Contracting Activity: The Department of Veterans Affairs, Network Contracting Office (NCO17) at 11495 Turner Road, El Paso, TX intends to enter into a sole source contract based on this Justification for Other Than Full and Open Competition for the South Texas Veterans Health Care System (STVHCS), Northeast San Antonio, Texas. VA Form 2237 transaction number 671-21-4-474-0056. 2. Nature and/or Description of the Action Being Processed: STVHCS has an emergent need to provide Community Based Outpatient Clinic (CBOC) Services to Veteran beneficiaries in Northeast San Antonio, Texas. The incumbent, CRAssociates Inc. is a large business currently providing these services under contract 36C25720C0035. The interim contract was awarded 1/22/2020 and is due to expire on 7/31/2021. CRA Associates Inc. currently provides primary care services to approximately 5,800 Veteran beneficiaries at the clinic and is expected to increase up to 6,000. The long-term procurement action is currently in the solicitation phase. The long-term procurement action must still be evaluated and awarded and there is a 120-day start-up requirement. Therefore, with the current contract due to expire on 7/31/2021, a follow-on contract is required. In an effort to provide uninterrupted services to the Veteran beneficiaries, a sole-source contract for a six-month base period and one six-month option period (FAR 52.217-9) with the period of performance starting on 8/1/2021 is required. This proposed action will allow time to award a long-term contract for CBOC services. A firm-fixed-price contract shall be awarded for this requirement. This acquisition will not involve services that can be classified as inherently governmental as defined by FAR 7.503. Furthermore, there is no statutory authority available to permit personal services relative to this requirement. All work relative to this requirement shall be of a non-personal nature. 3. Description of Supplies/Services Required to Meet the Agency s Needs: The requirement is for CBOC Services to be provided to Veteran beneficiaries. There is a continuing need to provide these services to Veteran beneficiaries of STVHCS. Therefore, a sole-source contract for a six-month base period and one six-month option period (FAR 52.217-9) with the period of performance starting on 8/1/2021 will be executed. The total estimated value of this procurement is $5,637,600.00; the base period value is $2,818,800.00; and the six-month option period is $2,818,800.00. Quantities vary due to Per Member Per Month (PMPM). 4. Statutory Authority Permitting Other than Full and Open Competition: (X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by FAR 6.302-3; ( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by FAR 6.302-4 ( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by FAR 6.302-5; ( ) (6) National Security per 41 USC §3304(a)(6) as implemented by FAR 6.302-6; ( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by FAR 6.302-7; 5. Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): CRAssociates Inc. is the only source capable of providing continuity of services within the strict time frame before contact expiration. Any change in contractor support at this time is not feasible as the process would require the new contractor to locate a new facility, recruit and hire staffing, undergo VA background checks and complete credentialing, which is not realistic given the time frame. 6. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Due to the need to continue to provide Veteran beneficiaries with CBOC services this requirement is being procured in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as cited in paragraph 4 above. This requirement is being procured sole source from the current incumbent allowing for continuity of services pending the long-term contracting effort currently in the solicitation phase. The long-term requirement is currently being solicited as unrestricted full and open competition. 7. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost is considered fair and reasonable based upon historical pricing on cost per member per month (PMPM) and a Contracting Officer negotiated rate increase. The CO used BLS CPI data on the VA Medical Sharing Office s SharePoint and historical CBOC pricing. CBOC Services are commercial item services performed in the healthcare field for both Government and non-Government agencies. Therefore, certified cost and pricing data is not required, but prices were reviewed by the Contracting Officer and the MSO Price Analyst prior to award. Technical evaluation factors will not be used in this procurement as it is a follow-on sole source procurement to provide continued uninterrupted service to Veteran beneficiaries. 8. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research has been conducted and there are numerous small and other-than-small business that can provide CBOC services. Unfortunately, CRAssociates Inc. is the only source capable of providing continuity of services within the strict time frame before contact expiration. Any change in contractor support at this time is not feasible as the process would require the new contractor to locate a new facility, recruit and hire staffing, undergo VA background checks and complete credentialing, which is not realistic given the time frame of current services expiring 7/31/2021 and the long-term effort currently in the solicitation phase. 9. Any Other Facts Supporting the Use of Other than Full and Open Competition: This requirement is for a follow-on contract to provide continuity of services for CBOC Services to Veteran beneficiaries for the period 8/1/2021 through 1/31/2022; and 7/31/2022 with clause 52.212-9. This requirement is being procured sole source from the incumbent to allow for continuity of services pending procurement of a long-term contract. Solicitation 36C25721R0015 was posted to Contract Opportunities on 4/2/2021. 10. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Not applicable. 11. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: This requirement is for a follow-on contract to provide continuity of services for CBOC Services to Veteran beneficiaries. This requirement is being procured sole source from the incumbent to allow for continuity of services pending procurement of a long-term contract. It is determined to be in the Government s best interest to award the contract to the incumbent contractor. Competition is currently being sought for the long-term contract requirement. 12. 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 and belief. 13. Authorization signatures are on the original document through the Executive Director, VHA Regional Procurement Office West, Head of Contracting Activity (HCA) Department of Veterans Affairs.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f7c1cedc490f4d139656c7a96e39a107/view)
- Record
- SN06055960-F 20210711/210709230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |