Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2018 FBO #6155
DOCUMENT

Q -- Combined J&A for CNH Non-Competitive Task Orders Against Existing Basic Ordering Agreements - Attachment

Notice Date
9/28/2018
 
Notice Type
Attachment
 
NAICS
623110 — Nursing Care Facilities (Skilled Nursing Facilities)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26119Q0012
 
Archive Date
10/28/2018
 
Point of Contact
Amanda Simmons
 
E-Mail Address
1-9000
 
Small Business Set-Aside
N/A
 
Description
VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 3 of 6 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Contracting Activity: Department of Veterans Affairs, VISN 21, Network Contracting Office (NCO) 21 for VA Healthcare Systems and associated Medical Centers within VISN 21 purview. Requirements covered under this action are for the following VA Healthcare Systems: VA San Francisco VA Pacific Islands VA Northern California VA Central California Nature and/or Description of the Actions Being Processed: VISN 21 s Medical Centers require Community Nursing Home (CNH) services to be issued via task order against established Basic Ordering Agreements (BOA). The task orders will be issued on a non-competitive basis to the below listed vendors in accordance with FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Annual costs vary between the CNH s dependent upon veterans level of care needs. This justification serves as a combined justification document for issuance of non-competitive task orders against established BOA s. Actions included in this justification are being executed against existing BOA s with valid terms to support the respective task order period of performance. Acquisition Plan ID Purchase Request # CNH Facility VA261-18-AP-6433 570-19-1-221-0023 Dinuba Healthcare VA261-18-AP-8673 612-18-3-1899-0068 Sunbridge Paradise VA261-18-AP-8185 612-18-4-1899-0067 San Pablo VA261-18-AP-1024 612-18-4-9799-0061 Vale Healthcare Center VA261-18-AP-8213 612-19-1-2899-0014 The Pines at Placerville VA261-18-AP-8333 612-19-1-2899-0015 Whitney Oaks VA261-18-AP-8335 612-19-1-2899-0016 La Mariposa VA261-18-AP-8471 612-19-1-2899-0017 Lone Tree VA261-18-AP-7352 612-19-1-2899-0002 National Mentor Healthcare VA261-18-AP-7353 612-19-1-2899-0003 San Miguel VA261-18-AP-7451 612-19-1-2899-0004 Redding VA261-18-AP-7542 612-19-1-2899-0005 Cottonwood VA261-18-AP-7691 612-19-1-2899-0006 DoubleTree VA261-18-AP-7720 612-19-1-2899-0007 Fairfield VA261-18-AP-7763 612-19-1-2899-0008 Marysville Post-Acute VA261-18-AP-7890 612-19-1-2899-0009 All Saints Sub-Acute VA261-18-AP-7807 612-19-1-2899-0010 Norwood Pines VA261-18-AP-7974 612-19-1-2899-0013 Sacramento Post-Acute VA261-18-AP-8674 612-19-1-2899-0018 Pittsburg VA261-18-AP-8695 612-19-1-2899-0019 Bay View VA261-18-AP-8732 612-19-1-2899-0020 Canyonwood VA261-18-AP-3983 662-18-3-9615-0045 Linda Mar VA261-18-AP-8903 662-19-1-9615-0001 Broadway Villa VA261-18-AP-8904 662-19-1-9615-0002 EmpRes Post-Acute VA261-18-AP-8905 662-19-1-9615-0003 Jewish Home for the Aged 36C261-18-AP-0942 662-19-1-9615-0006 Care Meridian Fairfax 36C261-18-AP-0944 662-19-1-9615-0007 Cloverdale 36C261-18-AP-0945 662-19-1-9615-0008 Fortuna 36C261-18-AP-0963 662-19-1-9615-0010 San Rafael 36C261-18-AP-0997 662-19-1-9615-0011 Sherwood Oaks 36C261-18-AP-0519 459-18-4-2641-0081 Aloha 36C261-18-AP-0516 459-18-4-2641-0082 Avalon Hale-Nani Total Cost of Action $38,536,646 Description of Supplies/Services Required to Meet the Agency s Needs: The proposed action supports issuance of task orders against established BOA s to Nursing Home facilities capable of furnishing the total medical, nursing, and psychosocial needs of VA beneficiaries. All nursing home facilities must have current Center for Medicare and Medicaid Services (CMS) certification (Medicare and/or Medicaid) and a State nursing home license. The VA requires CNHs to have bed capacity to ensure their ability to take referrals when requested. The CNH also must be able to accept VA referrals in a timely fashion (ideally within 24 hours of request). Provider visits must be provided at the rate of one (1) visit per month. Laboratory, x-ray, and other special services will be available to VA patients as needed. In addition, the care provided will include room, meals, nursing care, and other services or supplies commensurate with the VA-authorized level of care, without extra charge. The per diem rate(s) established in each task order will include the cost of primary medical care, one (1) provider visit per month and needed consultation, drugs and routine supplies, laboratory, x-ray, and other special services authorized by VA, unless otherwise specifically excepted. Full attention shall be given to motivating and educating patients to achieve and maintain independence in the activities of daily living. Every effort shall be made to keep patients ambulatory and to achieve an optimal level of self-care. The total estimated value of the proposed action for all listed task orders is $38,536,646.00 Statutory Authority Permitting Other than Full and Open Competition: 41 USC §3304(a)(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; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): As prescribed in VHA Handbook 1143.2, for more than 35 years the CNH Program has maintained two cornerstones: some level of patient choice in choosing a nursing home close to the veteran s home and family, and a unique approach to local oversight of CNHs. The quality of care for the veteran is accomplished through placement in a nursing home that is in close proximity to where the veteran and his/her family resides. Notably, in the VA s community nursing home program, the veteran s placement decision is made by VA, the veteran, and the veteran s family. The placement decision will be based on established VA contracts in the area. The geographic factor in these circumstances makes this requirement unique and, therefore, not subject to competition. The listed CNH vendors currently have veterans being treated at their nursing home facility under existing task orders due to expire by September 30, 2018. The nursing homes meet VA exclusion review quality of care standards. The various nursing homes listed have existing BOA s which were awarded within the last four years and have consistently provided excellent care to our veterans. It would cause medical hardship on the patients to move them, may disrupt treatment plans, and may be disruptive to family members if relocated to a different facility. The veterans require an anticipated 12 months of continued care at the nursing home facilities beyond the current task order expiration dates. To avoid disruption to the patients, the VA must execute task orders with the existing contractors. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: No efforts were made to solicit additional offers as it is not practicable to do so under the circumstances. The veterans currently in place are well cared for and do not wish to be moved to a new location. The VA has no interest in moving elderly veterans and disrupting lives provided the facility is meeting the veterans needs at a fair and reasonable price. Since the current CNHs with the BOAs are doing just that, no efforts have been made to seek other sources at this time. In accordance with FAR 6.305(a), this justification will be made publicly available and posted to the Government Point of Entry (FBO) as the exceptions listed in FAR 5.202 do not apply. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Fair and reasonable pricing will be determined in accordance with FAR 15.403-3 if pricing differs from the established BOA or if conditions warrant such determination. In such cases, pricing will be evaluated to be fair and reasonable based on a comparison to the Independent Government Cost Estimates (IGCE); established Medicare Resource Utilization Group (RUG) rates; Medicaid by the state of California for nursing home facilities and established VA nursing home rates. The IGCE s were based upon specific BOA rates, which were established based upon Medicaid RUG rates for various levels of care and established VA nursing home rates in accordance with VA national guidelines for determining cost for VA nursing home contracts. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was limited to a review of Medicare s website for nursing homes along with a review of prior acquisition history due to the nature of the action. Any Other Facts Supporting the Use of Other than Full and Open Competition: VHA Handbook 1143.2 allows for a level of veteran choice in choosing a nursing home close to the veteran s home and family. The geographic factor in these circumstances makes this requirement unique and, therefore, not subject to competition. Since veterans are currently residing in the listed facilities, the VA does not intend on disrupting their care to conduct competitive acquisitions as the potential of moving and ultimately placing them in different facilities would not be in the veteran s best interest. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: The listed contractors are willing to continue to provide services for the veterans in place under the existing BOA s. 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: Based on the inherent nature of the service and in line with VA policy where the veteran and his/her family plays a role in determining which nursing home facility will provide treatment for the veteran, the opportunity to increase competition is limited. Notwithstanding the foregoing limitations, the Government intends to post an open and continuous Request for Proposal (RFP) to increase the number of community nursing home providers, so that when new beneficiaries are brought into the program they will have more available choices thereby increasing competition. This RFP will further publicize the VA s need for nursing homes in certain geographic areas across the VISN. The Government intends to convene quarterly source selection panels. Through these efforts, NCO 21 anticipates an increase in the number of eligible nursing homes for its geographic regions. 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. //signed// _____________________________ ________________________ Gloria Boston, LCSW Date Community Care Program Manager VA Northern California Healthcare System //signed// _____________________________ ________________________ Michael Carethers, M.D. Date ACOS GREC VA Pacific Islands Healthcare System //signed// _____________________________ ________________________ Andreana Ososki Date Supervisor, Social Work Services VA San Francisco Healthcare System //signed// _____________________________ ________________________ Lisa Canty, LCSW Date Chief, Social Work Services VA Central California Healthcare System Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. //signed// _____________________________ ________________________ Amanda J. Simmons Date Contracting Officer Network Contract Office (NCO) 21 One Level Above the Contracting Officer (Required over SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. //signed// _____________________________ ________________________ Brooke C. Robison Date Director of Contracting Network Contracting Office (NCO) 21 VHA SAO HCA Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval (if over $68 million) or approve ($700K to $68 million) for other than full and open competition. //signed// _____________________________ ________________________ Curtis M. Jordan Date Acting Executive Director, Service Area Office West Head of Contracting Activity (HCA)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66f5667c0bbee767035c17420364f1c1)
 
Document(s)
Attachment
 
File Name: 36C26119Q0012 36C26119Q0012.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614370&FileName=36C26119Q0012-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614370&FileName=36C26119Q0012-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05109647-W 20180930/180928230615-66f5667c0bbee767035c17420364f1c1 (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.