DOCUMENT
R -- BOPS 11-2C - SLA SUPPORT SERVICES CONTINUATION - Attachment
- Notice Date
- 6/27/2011
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Rd, Suite 110;Seven Hills OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70111RQ0338
- Archive Date
- 7/16/2011
- Point of Contact
- Adrian Cadena
- E-Mail Address
-
7-8300
- Small Business Set-Aside
- N/A
- Award Number
- GS-35F-0307M VA776-C10119
- Award Date
- 6/16/2011
- Awardee
- TECHNATOMY CORPORATION;3554 CHAIN BRIDGE RD STE 100;FAIRFAX;VA;220304900
- Award Amount
- $412,379.22
- Description
- Justification for Other Than Full and Open Competition Limited Source Justification BOPS 11-2C SLA Support BPA Logical Follow-On (i) Identification of the agency and the contracting activity: Agency U.S. Dept. of Veterans Affairs Veterans Health Administration Office of Health Information Service Coordination Contracting Activity VHA Program Contracting Activity Central (PCAC) This is a Limited Source Justification for the continuation of services using a GSA schedule contract. (ii) Nature and/or description of the action being approved: In accordance with FAR 8.405-6(b)(2), the VHA Program Contracting Activity Central (PCAC), on behalf of VHA OHI, intends to issue a logical follow-on order to Technatomy, 3900 Jermantown Rd. Suite 240, Fairfax, VA 22030-4900 for the continuation of service level agreement services for the Veterans Health Administration (VHA) Office of Health Information (OHI) Service Coordination (SC) team. These services are highly specialized and will allow for continuation of highly critical services until the award of a new contract. Technatomy is a service disabled veteran-owned small business. (iii) A description of the supplies or services required to meet the agency's needs (including the estimated value): The contractor shall continue to provide services in the following areas: Task 1 Objective: In support of mission definition and SLA process development the vendor shall work with SC project team and VHA OI to develop an integrated roles and responsibilities matrix to establish by functional task area a clear definition of each task required, the associated input and product output, the task owner and dependencies between each task. The matrix will support defining roles among various key groups including but not limited to SC, VHA, Program Offices and OI&T. In addition to the matrix a supporting SLA engagement briefing document and draft project plan documenting required tasks to move through a SLA development lifecycle shall be generated as the companion to the roles and responsibilities matrix so that SC program office personnel can present as part of the initial engagement negotiations with various business partners to establish required expectations. Task 2 Objective: SLA Development and Analysis: Provide SLA development and analysis support for VA customer care program offices for each candidate program as identified by business office within VHA. The results of a VHA data call generated several comments and proposed additional service components that need to be categorized and bundled. The vendor shall complete an analysis of the current data set and identify additional candidate enterprise and program specific SLAs. The vendor shall complete development of a required SLA in support of the VHA with guidance provided by the Service Coordination project team. The vendor shall develop comprehensive SLAs that address all service areas supporting the business office and provide detailed service measure definitions for all services required by the system. In order to complete development of the SLA, the contractor shall review existing data and conduct additional data collection, review and analysis required all appropriate documentation related to the program required to fill gaps. Using this information the contractor will work with appropriate business offices to develop a draft SLA that follows the current approved format or vendor recommended changes based on service industry best practices (SC approval is required for any changes made to the SLA format). The contractor shall use the draft SLA to collect feedback from both service provider and service recipient elements of each program and iterate reviews to achieve an agreed SLA. The contractor shall also be required to assist in the implementation of the SLA and possible ongoing management of the SLA components post implementation. In support of the lifecycle, the vendor shall also conduct a lessons learned review at the end of each candidate programs review and assimilate the approved elements back into the SLA development process for the next implementation. The contractor shall be required to maintain and fund their own relationships, associations, memberships, etc with industry/IT professional leader groups such as Gartner, as required to support this effort in the event that the government relationships with these groups expire. Should this occur, at no point shall government delays or inability to providing gateway access into these groups be considered a reason for non performance as it shall be the responsibility of the contractor. Task 3 Objective: The contractor shall own the responsibility of ongoing recommendations over process improvements in the overarching SLA process. Contractor shall incorporate best practices and lessons learned into all aspects of the SLA process as well as support any and all ongoing reviews of the SLA process with VA management, OI&T, VHA program offices/business owners and other VA administrations/entities. In addition, it shall continuously refine the SC role in SLA creation to ensure it meets changing customer needs and expectations and scope out staffing patterns that will be required as service level management support needs decrease or increase over the life of a program. Task 4 Objective: Develop SLAs. Provide coordination, analysis and engineering support to the development of both enterprise and program specific SLAs as directed by the SC director. The contractor shall maintain enterprise and program-specific SLAs, ensure that the two domains remain consistent and complementary and work to eliminate gaps in service definition or support. In addition, the contractor shall also incorporate best practices into specific SLAs and recommend latest trends and best practices and, incorporate all identified elements into the SLA template. The contractor shall support VHA program offices/business owners as an advocate, coordinator and SLA SME through the development process. Multiple SLA's deliverables may be requested in parallel. SLA development shall consist of the following set of deliverables: Task 5 Objective: Support the implementation of SLAs. In this task area the contractor will address approaches to implementing SLAs, taking into consideration existing technology infrastructure and monitoring approaches (when this data can be identified and supplied, otherwise document assumptions made). The contractor shall support VHA program offices/business owners as advocate, coordinator and SLA SME through the implementation process. The contractor shall also provide expertise as required to ensure existing infrastructure supports the expected service delivery and management and recommend alternative approaches to implementation as needed to overcome infrastructure obstacles. The contractor shall also be responsible for evaluating options within the existing infrastructure to implement service monitoring and measurement to meeting any reporting requirements as well as recommend new tools or techniques to monitoring and management. Task 6 Objective: The SC team is tasked to provide additional support and conduct analysis in support of the VHA program offices and leadership team. The vendor shall provide mission related support as needed. This may require the contractor to add resources in a timely and efficient manner as to not jeopardize the urgency of the request. The vendor shall provide to the government a proposed approach to include a synopsis of the plan, high level task identification, planned hours per task. Estimated Value: The period of performance for this follow-on order is June 18, 2011 to December 17, 2011. The estimated value is $380,184.90. (iv) Identification of the justification rationale and a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. a. This procurement is issued under the authority of FAR Part 8.405-6(b)(2). The work is a follow-on to an original order that was competed and awarded in accordance with the applicable General Services Administration (GSA) Federal supply Schedule 70 (FSS 70) ordering procedures. The original order was not previously issued under sole source procedures. This contract was competed under V776-C80102 against Contract Number GS-35F-0307M against FSS schedule. Pricing for the Base and 2 Option Periods were evaluated during the initial award of the contract as stated by the Contracting Officer. He determined that the offer submitted by Technatomy for the base year and two option years was considered to be fair and reasonable and most advantageous to the Government. Contractor: Technatomy GS-35F-0307M Base PeriodOption Period 1 Option Period 24-month extension2-month extension Period of Performance12/18/07 -12/17/0812/18/08 - 12/17/0912/18/09 - 12/17/1012/18/10 - 4/17/114/18/11 - 6/17/11 Price$821,165.56$826,000.54$591,881.54$253,456.60$126,728.30 IFCAP PO#776-C80102776-C90017776-C00036776-C10034776-C10034 b. Technatomy is uniquely qualified to perform this work within the stated period of performance. Technatomy possesses the corporate knowledge of the environment and ability to meet the Government's requirements. Awarding a bridge order to Technatomy should enable the Government to continue, uninterrupted, with the work well underway. This contractor has successfully performed the requirements of the existing order to the Government's satisfaction. (v) A determination by the ordering activity contracting officer that the order represents the best value consistent with 8.404(d). a. The contractor shall provide a price quote in response to specific tasks and deliverables required during performance of the bridge order. The ordering activity will consider the level of effort and the mix of labor proposed to perform the specific tasks being ordered when determining that the total price is reasonable. b. The original requirement was competed under FSS 70 procedures. The contracting activity determined that award to Technatomy represented the best value to the Government. The Government has determined that the current labor categories and contractor resources are meeting the Government's requirements in a competent, efficient and satisfactory manner. There are no significant changes in the project environment that would impact performance or cost projections. c. Awarding a bridge order to Technatomy would also provide continuity and consistency on the project while also minimizing administrative costs. (vi) A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. a. Market research was conducted as part of the initial competition process for the project. Per FAR 8.404(d) GSA has determined the rates for services offered under schedule contracts are fair and reasonable. The only significant factor impacting a best value determination for the follow-on order is the labor mix proposed by the contractor; since the requirements are a direct continuation of the original tasks and the basic labor mix should remain consistent, additional market research is not likely to yield significant information that would alter the best value determination. (vii) Any other facts supporting the justification. a. A break in service will be detrimental to VHA OHI. This effort is of the highest priority for VHA OHI. In response to recent realignment of IT service roles within the Department of Veterans Affairs, VHA OHI has instituted a service level agreement (SLA) management approach to ensure that business owners within the Department have the essential capabilities from the critical IT services upon which their businesses depend. The SLA framework provides the essential elements for capturing key business needs, translating those needs into measurable services, monitoring and measuring those services, and notifying identified business and IT stakeholders in the event that these services fall below the thresholds defined in the applicable agreement(s). The value of this framework is that it provides the business owners and IT service owners data upon which IT investment decisions can be made and adjust affected business operations to minimize impacts to the delivery of care to patients. Delay of the award of the new contract also justifies award of this follow-on. The multiple award BPA to replace the current agreement is being prepared for solicitation and has been delayed to ensure clean and thorough contract results. (viii) 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. a. VHA is preparing for a new competitive BPA agreement that will result in the establishment of a long-term contract vehicle for this project area. The Government will compete the future contract vehicle among GSA Federal Supply Schedule contractors. (ix) Contracting Officer's Certification I certify that the justification is accurate and complete to the best of my knowledge and belief. _________________________________________ Adrian Cadena Date Contracting Specialist _________________________________________ Sherri StephanDate Contracting Officer __________________________________________ Richard Dahmen Network Contract Manager Date (x) Technical or Requirements Personnel Certification: I certify that the supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or requirements or other rationale for limited sources) and which form a basis for the justification, are complete and accurate. _________________________________________ Luz CuffDate Contracting Officer Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/Awards/GS-35F-0307M VA776-C10119.html)
- Document(s)
- Attachment
- File Name: GS-35F-0307M VA776-C10119 GS-35F-0307M VA776-C10119_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213313&FileName=GS-35F-0307M-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213313&FileName=GS-35F-0307M-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-35F-0307M VA776-C10119 GS-35F-0307M VA776-C10119_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213313&FileName=GS-35F-0307M-000.docx)
- Record
- SN02483515-W 20110629/110627235113-cac143e9176a267c031706219270f507 (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 |