ATTD LAB SUPPORT SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
W81K0417T0004

Basic Details

started - 13 Apr, 2017 (about 7 years ago)

Start Date

13 Apr, 2017 (about 7 years ago)
due - 27 Apr, 2017 (about 7 years ago)

Due Date

27 Apr, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
W81K0417T0004

Identifier

W81K0417T0004
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Apr 13, 2017 5:49 pm Control No: 17-HRCO-340
For Official Use Only
(See FAR 2.101 and 3.104-4)
1
Sole Source Justification and Approval
Under FAR 13.501
1. Contracting Activity: U.S. Army Health Contracting Activity (USAHCA),
Health Readiness Contracting Office (HRCO), 2199 Storage Street, Building
4197, Suite 68, Joint Base San Antonio (JBSA) - Fort Sam Houston, Texas 78234-
5074.
2. Description of Action: The HRCO requests approval to negotiate a������������������ sole
source contract for Army Trauma Training Department Laboratory Support Services. It
is contemplated that the resultant contract will be a Firm-Fixed-Price contract. The type
of funds to be used is Fiscal Year (FY) 2017 Defense Health Program (DHP) funds.
Estimated share and ceiling arrangements and fee and profit are not applicable to this
acquisition.
��������������������������������������������������������������������������������������������������������������������������������������������������
��������������������������������������������������������������������������������������������������������������������������������������������������������
����������������������������������������������������������������������
3. Description of Supplies/Services: The Army Medical Department Center & School
(AMEDDC&S) requires the purchase of non-personal services of Advanced Trauma
Training Support Services for pre-deployment training of the Army's Forward Surgical
Teams (FSTs). The services require qualified personnel, services, materials,
equipment, supplies and facilities necessary to provide advanced trauma training support
services, to include advanced trauma education and laboratory hands-on experience
support. The training includes a full array of educational modalities to include didactic
instruction, practical application classes, exercises to test operational medical readiness
skills, and the use of live tissue models. The training program will consist of a minimum
of six (6) 14-day training rotations per 6-month period of performance. The total
estimated value of the contract to include FAR Clause 52.217-8 is $1,304,807.10.
4. Authority Cited: The statutory authority permitting other than full and open
competition is 41 United States Code 1901 as implemented in FAR 13.5, Simplified
Procedures for Certain Commercial Items.
5. Reason for Authority Cited: There is a current contract in place for these services
under contract number W81K04-11-C-0016, which will expire on 31 March 2017; the
contract included FAR Clause 52.217-8, which has already been exercised for the
maximum 6-month extension.
a. Based on market research conducted by the requiring activity and the contracting
activity in 2016, it was believed that there were not any interested entities capable of
providing the required services other than the incumbent contractor. However, in late
January of this year, an additional interested source was identified.
b. The contracting activity requires additional time in order to compete this
requirement. In order for another university to perform these services, the Government
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
2
would need to allow sufficient amount of time to transition Government resources,
including personnel and equipment, as well as redirect the FST training teams to an
alternate location. Therefore, in order to compete this requirement, an extensive
transition plan will need to be developed to identify the Government's requirements for
the possibility that the program may transition to a non-incumbent contractor. In
addition, a non-incumbent contractor would need lead time in order to purchase
supplies and equipment required to perform the Government's requirement and a
Medical Training Agreement will need to be established. By the Government's
estimate, the Government and a non-incumbent contractor would need approximately 6-
9 months in order to prepare for services to be provided by a non-incumbent contractor.
c. Due to the short timeline available for a competitive requirement, only one
responsible source and no other supplies or services will satisfy agency requirements.
Only the incumbent contractor, University of Miami is in a position to instantly perform
the continuation of services given that University of Miami already has the required
resources in place, thus requiring no transition efforts to continue performing these
services at the same level of performance on 1 April 2017. Furthermore, a delay in the
continuation of these services would negatively impact the requiring activity's mission to
meet predeployment training requirements for the FSTs mandated by Department of the
Army (DA) EXORD 096-09. The contract must be awarded by 31 Mar 2017 for
continuity of services on 1 Apr 2017.
d. The proposed contract is the shortest period that would meet the����������������
requirements. It would take approximately 2-3 months for the requiring activity to
develop a detailed transition plan and ensure the Government's requirement is well
defined. Additionally, it would take approximately 8-9 months to compete a follow-on
contract; and the Government estimates a transition period of approximately 8-12
months. This contract will allow adequate time for the Government to complete the
actions necessary to support the ATTD mission with a competitive reprocurement.
6. Efforts to Obtain Competition: Market research was conducted within the past 12
months to determine potential sources of these services. In accordance with DFARS
PGI 206.302-1, a sources sought notice was posted via FedBizOpps on 22 Nov 2016
for 15 calendar days. Only one response was received as a result of this sources
sought notice from the incumbent contractor, University of Miami. Additional market
research was conducted by the contracting office to locate additional sources of these
services. In January 2017, an additional business entity,
expressed interest in providing the required services.��
������������������ ����������������������������������������������������
��������������������������������������������������������������������������������������������������������������������������������������������������������������
��������������������������������������������������������������������������������������������������������������������������������������������������������������������������
a. Effective competition. For the instant procurement, due to the specific nature of
this requirement, no further action to increase competition is contemplated.
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
3
b. Subcontracting competition. A subcontracting plan is not required in accordance
with FAR 19.702(a)(1).
7. Actions to Increase Competition: The AMEDDC&S is currently working with the
HRCO to establish a new contract for these services. The new requirement will be
competitive. This J&A is required to permit the AMEDDC&S to avoid a lapse in the
required services while the new competitive requirement is being procured.
8. Market Research: In accordance with FAR Part 10, the Government conducted
market research in an effort to determine the most suitable approach to acquiring
subject services. The use of in-house resources, a request for information/sources
sought notice (RFI/SS Notice), the Small Business Administration (SBA) website, and
research via the internet were considered. Market research identified limited sources
that provide this type of advance trauma training services.
a. A request for information (RFI) was posted to FedBizOpps on November 22, 2016
for 15 calendar days in an effort to solicit commercial insight on performance based
solutions and potential issues with the requirement and draft PWS which was attached
to the RFI. No responses were received by the requested submission date however; the
current contractor provided a response on 20 December 2016, and conveyed interest
and capability in supporting this requirement.
b. A search was conducted on the SBA website
(http://dsbs.gov/dsbs/search/dsp_dsbs.cfm ) using the NAICS Code 611310 with
keywords: advanced trauma training, did not identify any sources capable of providing
the required services. In accordance with FAR 19.502-2, the contracting officer shall set
aside any acquisition over $150,000 for small business participation when there is a
reasonable expectation that; offers will be obtained from at least two responsible small
business concerns offering the products of different small business concerns and award
will be made at fair market prices. Total small business set-asides shall not be made
unless such a reasonable expectation exists. Based on market research conducted in
accordance with FAR Part 19, the contracting officer does not have a reasonable
expectation of obtaining at least two responses from small business concerns. In
addition, HBCUs and Minority Institutions were not considered for this requirement. The
statutory authority for the Historically Black College and Universities HBCU/MI program
under 10 U.S.C 2323 has expired. The final ruling published in the Federal Register
dated March 26, 2015 removed the HBCU/MI set-aside from the DFARS. Therefore, the
contracting officer will not seek a small business set-aside for this requirement.
9. Interested Sources: Four businesses expressed interest in providing the required
services:
To date, no other
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
4
sources have written to express and interest. The notices required by FAR 5.201 shall
be published, and any bids or proposals received shall be considered.
10. Other Facts:
a. Procurement history.
(1) Contract numbers and dates of the last several contracts for these same
requirements. This is a follow on requirement to Contract Number W81K04-11-C-0016,
which will expire on 31 March 2017. The current contract was awarded on a sole source
basis to University of Miami in the amount of $441,991.33 with a base and all options
value of $2,300,148.29. The contract provides lab support services consisting of;
resuscitative skills lab support, applied physiology lab support, human anatomy lab
support, extremity lab support, education and training services, and administrative
support services in support of the ATTD's trauma training program. Previous to the
current contract, two additional contracts were awarded, W81K04-06-C-0021 and
W81K00-04-C-0549.
(2) The competitive status of these actions was sole-source.
(3) Authority previously cited if less than full and open competition. For W81K04-
11-C-0016, the statutory authority permitting other than full and open competition used
was FAR 13.501(a), Section 4202 of Clinger-Cohen Act. For W81K04-06-C-0021 and
W81K00-04-C-0549, the statutory authority permitting other than full and open
competition used was 10 USC 2304(c)(1) and FAR 6.302-1.
(4) If a justification was prepared to support the procurement made before this
one, a summary of the contents of paragraph 7 of the justification for that procurement
and an explanation of the results. The previous justification stated that an RFI was
issued as part of the government's market research and no responses were received
from any of the possible medical school that would have potential resources to meet the
Government's requirement and further stated that the Government would not pursue
any other effort to increase competition. However, as indicated in the paragraphs
above, the Government has exercised due diligence in performing market research for
the instant acquisition and has identified additional possible sources for this service.
(5) If any prior contract for this requirement was accomplished using full and open
competition, include a detailed explanation of the changed circumstances causing this
action to now limit the sources. N/A.
(6) An explanation of any unusual patterns that may be revealed by the history,
e.g., several consecutive, urgent buys. N/A
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
5
(7) If a justification was prepared to support the procurement made before this
one, briefly describe the circumstances justifying the procurement and whether there
have been any significant changes. The procurement made before this one stated that
the reason for the authority cited is that the University of Miami is the only contractor for
the Army's requirement. The city of Miami is well known for its number of penetrating
and blunt traumas. These injuries are similar to the injuries that Soldiers deploying will
be exposed to and treat on the battlefield. There have not been any significant changes
to these circumstances that have not already been identified.
b. Other facts. The performance work statement (PWS) for this contract is essentially
the same as the PWS for the current contract and only includes administrative updates
such as date changes, changes to points of contact, and those required by law or
regulation.
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
6
11. Technical Certification: I certify 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.
Signature: _ ________ Date: _________________
Typed Name: Title: Contracting Officer's Representative_____
12. Requirements Certification: I certify 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.
Signature: __ Date: _________________
Typed Name: Title: Contracting Officer's Representative_____
13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated
cost to the Government for this contract action will be fair and reasonable based on a
price analysis and comparison with the IGE. This requirement is a commercial service
and therefore certified cost and pricing data is not required per FAR 15.403-1(b)(3).
Signature: ______________ ____ Date: _________________
Typed Name: Title: Contracting Officer________
14. Contracting Officer Certification: I certify that this justification is accurate and
complete to the best of my knowledge and belief.
Signature: _______________ ___ ___ Date: _________________
Typed Name: Title: Contracting Officer________
1 2017/03/16
2017/03/16
SA, 16-Mar-2017
16-Mar-2017
Control No: 17-HRCO-340
��
For Official Use Only
(See FAR 2.101 and 3.104-4)
7
Approval
Based on the foregoing justification, I hereby approve the procurement of Army Trauma
Training Department Laboratory Support Services in support of the Army Medical
Department Center & School, NTE $1.5M, on an other than full and open competition
basis pursuant to the authority of 41 U.S.C. 1901 as implemented by FAR 13.501,
subject to availability of funds, and provided that the services and property herein
described have otherwise been authorized for acquisition.
Signature: _______________ ________ Date: _________________
Typed Name: Title: USAHCA Special Advocate for Competition
17 March 2017

UNIVERSITY OF MIAMI 1600 NW 10 AVE MIAMI, Florida 33136 United StatesLocation

Place Of Performance : UNIVERSITY OF MIAMI 1600 NW 10 AVE MIAMI, Florida 33136 United States

Country : United StatesState : Florida

You may also like

LAB SUPPORT SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

LAB SUPPORT SERVICES

Due: 08 Sep, 2028 (in about 4 years)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

LAB SUPPORT SERVICES

Due: 16 Sep, 2028 (in about 4 years)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

Classification

611 -- Educational Services/611310 -- Colleges, Universities, and Professional Schools