DOCUMENT
Q -- VA251-15-AP-4108 Esoteric Testing (Quest) - Justification and Approval (J&A)
- Notice Date
- 10/8/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Archive Date
- 10/31/2015
- Point of Contact
- Colin A. Colgan
- Small Business Set-Aside
- N/A
- Award Number
- V797P7105A VA251-15-F-2632
- Award Date
- 10/1/2015
- Description
- LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 583-16-1-057-0001 (INSERT) 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: Quest Diagnostics Inc. Manufacturer/Contractor POC & phone number: 703-802-6900 Mfgr/Contractor Address: 14225 Newbrook Drive, Chantilly, VA 20151-2228 Dealer/Rep address/phone number: N/A 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Richard L. Roudebush VAMC ________ Network 11 Contracting Office ______ 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 VISN:11 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Offsite esoteric testing for Richard L. Roudebush VA Medical Center (RLR VAMC). Bridge PO - Period of Performance 10/1/2015 - 12/31/2015. These Laboratory tests are not performed in-house for various reasons such as low volume or the tests require specialized equipment not available at the RLR VAMC. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Offsite esoteric testing for patients at the RLR VAMC - Bridge PO - 10/1/15 - 12/31/15. (b)ESTIMATED DOLLAR VALUE: $300,000.00 based on expected testing volume (c)REQUIRED DELIVERY DATE: 10/1/2015 - 12/31/2015 (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. (CHECK ALL THAT APPLY AND COMPLETE) 1Specific 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. Currently Quest Diagnostics has been performing these services for the last five (5) years. This three (3) month purchase order bridges the gap between the end of coverage for FY 15 and the start of the new BPA estimated to be awarded 1/1/2016, which is being competed among FSS contract holders. In order to change from Quest Diagnostics to another contractor there are numerous tasks that will take considerable coordination which will take at least three (3) months for VA labs to successfully change contractors. Utilizing the current reference lab insures continuity of care. Conversion to a new reference lab for this bridge period would unduly complicate the tracking of patient results by incorporating potentially three (3) different methods over the course of treatment and cause the VA to be at a significant risk for a patient incident. Patient billing and reporting changes must also be made in CPRS/Vista. Change of contractors may also involve installation of equipment and reconfiguration of space within the lab. In addition, change in reference lab testing will require significant work to rebuild and/or update and validate testing to the new methodology to include creation of new procedures, testing, employee training and contractor background investigations which will take at least (3) months to transition to a new BPA as a result of the VISN BPA that is being worked on. Currently Quest Diagnostics has all the systems/courier/staff in place and no other contractor could be up and running by 10/1/15. 0A 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.) 0These are "direct replacements" parts/components for existing equipment. _____________________________________________________________________________________ 0The 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. 0The 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. 0An 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: $300,000 is based on projected volume. The price for the three (3) months of additional patient testing services is fair and reasonable based on historical pricing. The contractor has agreed to hold the same pricing that we have been receiving under the expiring FSS V797P-7105A. Changing to another contractor during this period would cause the VA to pay current pricing with no discounts. It is not cost effective for either the contractor or the VA to change practices until the BPA is awarded due to all of the above advanced coordination that needs to occur before a switch can occur. Due to the various activities stated in Paragraph 4 above, a new Contractor will be unable to begin to provide services by 10/1/2015 and executing a temporary competitive procurement to provide interim services is cost-prohibitive and inefficient, and has a high potential for causing an interruption in operations and provision of continuity of patient case and is not in the Government's best interests. This action represents the best value to the Government not only for the cost but also for the non-price considerations such as training, transitioning, change in computer work, protocols and patient continuity of care. (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 not conducted as no other contractors would be able to mobilize and do all the transition work that is required to be operational by 10/1/2015 as discussed in paragraph 4 & 5 above. (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: Should another requisition of this nature reoccur, no actions would be taken as doing so would decrease the efficiency of operations, increase the risk of being able to ensure continuity of case to an unacceptable level and would not be cost-effective. (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.) SIGNATUREDATE Genea JonesLaboratory ManagerPathology & Lab Med. Svc. (113) NAMETITLESERVICE LINE/SECTION RLR VAMC 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'S SIGNATUREDATE Kristina L. Gandy NCO 11______________________________ NAME AND TITLEFACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE Toni Waggoner-Boykin Supervisory Contract Specialist NAMETITLE HIGHER LEVEL APPROVAL (Required For orders over $650,000): c. SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. N/A SIGNATUREDATE NAME Director, SAO X d. VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 N/A NAMEDATE VHA Head of Contracting Activity (HCA) e. VA Deputy Senior Procurement Executive Approval ($12.5 million not to exceed $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 N/A C. FORD HEARD DATE Deputy Senior Procurement Executive (DSPE) f. VHA Senior Procurement Executive Approval (over $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition. N/A JAN R. FRYEDATE Deputy Assistant Secretary Office of Acquisition and Logistics Senior Procurement Executive (SPE)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d7ffaa592c5530bd4efe4360d71b6ff)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797P7105A VA251-15-F-2632 V797P7105A VA251-15-F-2632_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2360461&FileName=V797P7105A-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2360461&FileName=V797P7105A-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797P7105A VA251-15-F-2632 V797P7105A VA251-15-F-2632_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2360461&FileName=V797P7105A-004.docx)
- Record
- SN03918488-W 20151010/151008235121-6d7ffaa592c5530bd4efe4360d71b6ff (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 |