SPECIAL NOTICE
R -- ICFM TO - 3rd Extension - [Two Months: 01 JAN 2024 - 29 FEB 2024] [VA-24-00035331]
- Notice Date
- 1/10/2024 12:51:10 PM
- Notice Type
- Justification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623F0025
- Archive Date
- 03/10/2024
- Point of Contact
- Orangella Bittick, Contract Specialist, Phone: (314) 894-6460
- E-Mail Address
-
Orangella.Bittickf@va.gov
(Orangella.Bittickf@va.gov)
- Award Number
- 36C77620A0002
- Award Date
- 12/29/2023
- Awardee
- BEST PRACTICE ASSOCIATES, L.L.C. ARLINGTON 22201
- Award Amount
- 309679.40000000
- Description
- Contracting Activity: Department of Veterans Affairs Program Contracting Activity Central PCAC 6100 Oak Tree Boulevard Suite 490 Independence OH 44131 In support of: Business Information Revenue Operations Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program [41 U.S.C. 152(3) and 40 U.S.C. 501]. This is a follow-on to an original FSS order to increase the Blanket Purchase Agreement [BPA] authorized Ceiling Limit Order against: FSS Contract Number: 47QRAA18D009K Name of Proposed Contractor: Best Practice Associates LLC dba Federal Advisory Partners Street Address: 3100 Clarendon Boulevard Suite 1400 City, State, Zip: Arlington, VA 22201 Phone: 703.328.3953 Description of Supplies or Services: The estimated value of the proposed action is $600,000.00 Integrated Collections Forecasting Model [ICFM] Services - The Contractor shall provide subject matter expertise sufficient to support PR&S in areas to include Electronic Health Record Modernization [EHRM] implementation, development of rates and charges, changing payer reimbursement models, rate verifications, expanding analytical needs, and program/project support. Increase the authorized Ceiling Limit of the Agreement from $6,000,000.00 to $6,600,000.00. Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; FAR 8.405-6(a)(1)(C): In the interest of economy and efficiency, the 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. The work being requested is a continuation of the services being provided specified in the current ICFM contract until a new contract can be executed. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: These are direct replacements parts/components for existing equipment. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer [CO] in making this best value determination: The BPA was awarded in August of 2020 based on competition via GSA schedules. Orders since its establishment have been made consistently with the most recent order starting in August of 2023. The pricing of this order is in accordance with the terms, conditions, and rates established in the BPA. The ceiling increase of $600,000 provides additional contractor support until the new contract is awarded February 2024. The CO concludes the order represents the best value to the government and result in the lowest overall cost alternative. Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. This action is to increase the BPA ceiling. Market Research has been thoroughly conducted for the follow-on contract. The follow-on contract has been solicited as a SDVOSB set-aside and proposals are being evaluated. Any Other Facts Supporting the Justification: The current vendor Best Practice Associates LLC dba Federal Advisory Partners is a responsible contractor with an excellent CPARs rating and no outstanding exclusions. 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: This action is to increase the ceiling amount on the BPA. The follow-on contract has been solicited and proposals are being evaluated.. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/24e32fc9123f4acb9ca483d05f04172c/view)
- Record
- SN06931743-F 20240112/240110230043 (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 |