DOCUMENT
Z -- Corpus Christi Out-Patient Clinic Restoration 740-17-201 Hurricane Harvey (Modification to PACT Clinic) - Justification and Approval (J&A)
- Notice Date
- 10/30/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Central Texas Veterans HCS;1901 S. 1st Street;Temple TX 76504
- ZIP Code
- 76504
- Archive Date
- 11/25/2017
- Point of Contact
- Lindsey Hooge; lindsey.hooge@va.gov
- E-Mail Address
-
lindsey.hooge@va.gov
(lindsey.hooge@va.gov)
- Small Business Set-Aside
- Total Small Business
- Award Number
- VA257-17-C-0168
- Award Date
- 10/26/2017
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition Contracting Activity: Department of Veterans Affairs, VISN 17, VA Texas Valley Coastal Bend Health Care System, Harlingen Texas. The Contracting Officer for this procurement is Lindsey Hooge. The Department of Veterans Affairs proposes to modify VA257-17-C-0168, on the basis of other then full and open competition for Construction Services, Refurbish & Restore Corpus Christi Outpatient Clinic (OPC) for Patient Aligned Care Team (PACT) Model. Purchase Request Number 740-18-1-5033-0002. Nature and/or Description of the Action Being Processed: This is a request for other than full and open competition. The proposed action is for Construction Services, Refurbish & Restore Corpus Christi OPC for PACT Model. Network Contract Office (NCO) 17 intends to negotiate and award a Firm-Fixed-Price modification to Contract Number VA257-17-C-0168 with TLC Construction, LLC, 1959 Saratoga Blvd. Bld. 10, Corpus Christi, TX 78417. Description of Supplies/Services Required to Meet the Agency s Needs: The Engineering Department at Texas Valley Coastal Bend Health Care System, Harlingen, Texas has a requirement for Construction Services to change the Corpus Christi OPC into a PACT Model. Contractor shall provide all labor, materials, supervision, and project management for completion of the Corpus Christi OPC restoration to PACT model design standards. The estimated period of performance for this modification is 20 calendar days. The estimated value of this modification is $319,597.00. Statutory Authority Permitting Other than Full and Open Competition: 41 USC Sec. 253(c) (1), as implemented by FAR 6.302-1. (X) (1) Only one Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1 Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The proposed source for this action is TLC Construction, LLC, 1959 Saratoga Blvd. Bld. 10, Corpus Christi, TX 78417. TLC is currently the General Contractor for the Hurricane Harvey Restoration of the Corpus Christi OPC. The project modification consists of remodeling the existing estimated 20,000 s.f. of Primary Care Space into the configuration of the VA PACT model; to include architectural, mechanical, electrical and plumbing systems specifically affecting approximately 6000s.f. As a part of the project it is expected that the final product will be functional with all MEP system to include security, fire alarm, ets. as per VA, VHA, city, state and federal guidelines. The PACT Space Module layout streamlines patient flow and allows public functions and certain staff functions to span across multiple modules that simplify Veteran, staff, and public circulation both within and across clinical areas. The space configuration creates separate Patient Care Zones (on-stage) and Teamwork Zones (off-stage) which improves workflow and privacy. Using on-stage and off-stage strategies and thoughtfully developed operational adjacencies, the integrated clinic design configurations are flexible and adaptable and can readily respond to care system evolution, allowing clinical services to change over time without major disruption to the patient experience. These strategies and adjacencies support processes that bring care to the veteran. Benefits of the Integrated Clinic include: Shorter travel distance and time for staff and Veterans Consultation and issue resolution in real time Alignment of demand and capacity Communication and transitions among staff Warm hand-offs between staff and Veterans Reduced wasteful and redundant activities Enhanced adaptability and flexibility Improved privacy In response to the PACT Space module, it has been determined that the CCOPC restoration should include the remodel of the Clinic into a PACT Model, thereby increasing Patient Care. It is in the best interest of the VA and the Veteran Patients, to remodel the CCOPC to the PACT model, during the overall restoration of the clinic. The remodel will save the VA time and money, since the remodel will be completed, while the restoration of the clinic is underway, thus ensuring that area s that would have been re-constructed under the restoration, and then have to be removed are not re-constructed. Furthermore, as the restoration of the clinic did require extensive demolition of damaged areas, it makes fiscal sense to complete the PACT remodel, while the entire clinic is under construction. Lastly this remodel into a PACT clinic only adds 20 calendar days to the restoration of the CCOPC s period of performance, thus ensuring that Veterans and Providers can return to using the CCOPC more quickly and not requiring the VA to either shut down the clinic again or phase construction in an active clinic. Accordingly, TLC possesses the requisite capabilities, knowledge, and expertise to provide the construction services required. TLC has qualified staff with the required pre-requisite construction experience. Based on the above information, the Government has determined that TLC is capable of meeting VA s requirement. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Project timeline constraints did not afford the government the ability to conduct a detailed market research for the market research section. It was imperative to move right into selecting a contractor to avoid any costly time delays. Market research was conducted and the details are contained in the market research section below. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: In accordance with FAR 15.404-1(B) the Contracting Officer shall determine pricing fair and reasonable based on a comparison of the proposed price with the independent government estimate (IGCE). The IGCE for this procurement is $319,597.00. In accordance with FAR 15.404-1(b)(3) the Contracting Officer has determined that information on competitive proposed prices or previous prices were not available or insufficient. This CO s determination is based on competitive on competitive proposed prices or previous prices is not available or is insufficient. This CO s determination is based on the specialized nature of this modification, traditionally this type of work would specifically be all inclusive in a larger Construction Contract (complex); therefor individual pricing for this specific pricing is not available. As such the Contracting Officer, has determined that a comparison of the proposed labor hours to the IGCE shall be used to determine the price to be fair and reasonable. Furthermore, the Contracting Officer will compare the contractors proposed labor hours to the IGCE proposed labor and conduct a review of the construction price against the VAMC Cost Guide for VISN17, which is prepared by The Office of Construction & Facilities Management and is valid through October 2014. Currently the VAMC Cost Guide for VISN VAMC estimates the rate of $233/sf for Total Renovation in Corpus Christi, TX. The requirement for FAR 15.406-2, Certificate of Current Cost or Pricing Data are not applicable to this acquisition. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was not conducted due to Sole Source direction. The time limitation of the original project and this modification would have resulted in the project being stopped and costing the government an unreasonable amount in labor hours of delay. Any Other Facts Supporting the Use of Other than Full and Open Competition: None. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See Section VI above. See Section VI above. 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: All future requirements will be handled on a case-by-case basis to determine any future acquisition strategy. Additionally, consistent with the guidelines of the Veterans First Contracting Program, the proposed action described herein will be synopsized on the Federal Business Opportunities Page in accordance with FAR Part 5.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f444249b5ad61850d9c750e810727b97)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA257-17-C-0168 P00002 VA257-17-C-0168 P00002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3879959&FileName=VA257-17-C-0168-P00002000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3879959&FileName=VA257-17-C-0168-P00002000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-C-0168 P00002 VA257-17-C-0168 P00002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3879959&FileName=VA257-17-C-0168-P00002000.docx)
- Record
- SN04726380-W 20171101/171030231022-f444249b5ad61850d9c750e810727b97 (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 |