ATTD MEALS AND OFFICE SPACE

expired opportunity(Expired)
From: Federal Government(Federal)
W81K0417T0008

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
W81K0417T0008

Identifier

W81K0417T0008
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 5:44 pm Control No: 17-HRCO-339
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 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 profit are not applicable to this
acquisition.
����������������������������������������������������������������������������������������������������������������������������������������������
����������������������������������������������������������������������������������������������������������������������������������������������������������
3. Description of Supplies/Services: The Army Medical Department Center &
School (AMEDDC&S) requires non-personal services of Advanced Trauma Training
Support Services for a clinical combat deployment of the Army's Forward Surgical
Teams (FSTs����������������������������������������������������������������������������������������������������������������������������
������������������������������������������������������������������������������������������������������������������������������������������������������������������������
����������������������������������������������������������������������������������������������������������������������������������.����The contractor
shall provide meal cards for the FST trainees and office space located within ������ level
one trauma center or within walking distance of the trauma center sufficient to support
14 personnel and automation support for all housed personnel. The advanced
trauma training program historically consists of twelve (12) 14-day training rotations
per ���������������������������������������������������������������������������������������������������������������������������� The ATTD will
provide a schedule of the anticipated training rotations to the Contractor at the
beginning of every period of performance and confirm scheduled training no later than
7 days in advance of each rotation start date. However, the Government ����������reserve
the right to issue notification(s) of changes to the schedule in a shorter period if
required. The contractor shall comply with all applicable laws, rules, and regulations.
The total estimated value of the contract to include FAR Clause 52.217-8 is
$3����,������.����.
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-0014, 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
Control No: 17-HRCO-339
For Official Use Only
(See FAR 2.101 and 3.104-4)
2
��
b. The contracting activity requires additional time in order to compete this
requirement. In order for another trauma center to perform these services, the
Government 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, Jackson Health System (formerly Public Health Trust of
Miami-Dade County), is in a position to instantly perform the continuation of services
given that Jackson Health System 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
������������ements for the FSTs mandated by Department of the Army (DA) EXORD 096-09.
The contract must be awarded by 31 March 2017 for continuity of services on 1 Apri������������
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: In accordance with DFARS PGI 206.302-1, a
sources sought notice was posted via FedBizOpps on 22 Nov 2016 for 15 calendar
days. No responses were received by the requested submission date, however; the
current contractor provided a response on 20 Dec 2016 and conveyed interest and
capability in supporting this requirement.
���������������������� �������������� �������� �������������������� ������������������ ������ �������������������� �������� ������������������ ���������������� ��������������������
���������� �������� �������������������� ���������������������� �������� �������� ������������������ �������������������� ������ ���������������� �������� ������������������
������������������������������������������������������������������������������������
����������������������������������������������������������������������������������������������������������������������������������������������������������������������������
������������������������������������������������������������������������������������������������������������������������������������������������������������������
Control No: 17-HRCO-339
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 541519 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.
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-339
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-0014,
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 $170,093.52 with a base and all options
value of $850,497.60. The contract provides meal cards and office space in support of
the ATTD's trauma training program. It is believed that there were two additional
contracts awarded prior to the current contract, however there is no additional history
available to the contracting officer.
(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-0014, the statutory authority permitting other than full and open
competition used was FAR 6.302-1, Only One Source-Other. There is no additional
history available to the contracting officer regarding any previous contracts.
(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 is not available to the
contracting officer for review. Regardless, 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
9. Interested Sources: Four businesses expressed interest in providing the required
services:
Control No: 17-HRCO-339
For Official Use Only
(See FAR 2.101 and 3.104-4)
5
��
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.
(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 previous justification is not available to the
contracting officer for review. However, it is believed that there have not been any
significant changes to these circumstances that have not already been identified.
Control No: 17-HRCO-339
��
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________
2017/03/16
21 2017/03/16
16-Mar-2017
16-Mar-2017
Control No: 17-HRCO-339
��
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 Support Services in support of the Army Medical Department
Center & School, NTE $������K, 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
Date: 2017.03.17 14:08:40 -05'00' 17 March 2017

JACKSON HEALTH SYSTEM 1611 NW 12TH AVE STE 2147 MIAMI, Florida 33136 United StatesLocation

Place Of Performance : JACKSON HEALTH SYSTEM 1611 NW 12TH AVE STE 2147 MIAMI, Florida 33136 United States

Country : United StatesState : Florida

You may also like

New and used vehicle data

Due: 20 May, 2024 (in 18 days)Agency: Department of Public Works and Government Services (PSPC)

Classification

541 -- Professional, Scientific, and Technical Services/541519 -- Other Computer Related Services