SOLICITATION NOTICE
D -- IVR PROGRAM MODIFICATION C/J MEDIA
- Notice Date
- 2/25/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Archive Date
- 6/3/2014
- Point of Contact
- Robert Kay
- E-Mail Address
-
5-5591<br
- Small Business Set-Aside
- N/A
- Award Number
- VA251-14-P-1180
- Award Date
- 2/24/2014
- Description
- Attachment 2: Request for Sole Source Memo Format DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 11, Ann Arbor Medical Center, 506-14-2-1384-0182. 2.Nature and/or Description of the Action Being Processed: The requirement is to provide programming modifications for VA funded research study (IIR 12-412-2), "Technologically Enhanced Coaching (TEC): A Program to Improve Diabetes Outcomes, that assesses the impact of an interactive voice response (IVR) based peer coach program to manage diabetes symptoms and medication usage." These modifications are to an existing IVR program developed by C/J media. 3.Description of Supplies/Services Required to Meet the Agency's Needs: $10,550.00, C/J Media, Inc, 261 E 12th Ave Ste 100, Eugene, OR 97401. The contractor will work with the VA on the programming modifications of an IVR system. The time period is March 24 - June 30, 2014. During the design and development phase, the contractor shall work closely with the VA project team to modify the existing peer-to-peer IVR infrastructure to accommodate new research content and requirements. Once the design and development is finalized, the contractor shall help move the finished system to a local server facility at the University of Michigan Academic Computing Center (MACC) for implementation, and provide instructions to project staff on the functionality of all modifications. 4.Statutory Authority Permitting Other than Full and Open Competition: (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;? 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This contract request is for the modification of an existing system that was designed and built by C/J media. Since they are intimately familiar with the underlying structure of the application and all of the components, the modifications would be faster and less expensive for this small business to do, compared to another contractor who is unfamiliar with the application. A new contractor would need to allocate significant start-up time to review the project infrastructure prior to beginning development work. This start-up time would include, but is not limited to: 1) analyzing the program proposal and program written materials for TAMMs project; 2) reviewing the programming language and infrastructure for the existing peer-to-peer IVR infrastructure to accommodate "single coach" to "many patient" interactions, script and logic modification, and database creation to accommodate one-to-many interactions; and 3) assessing the website infrastructure for an existing module of the CarePartner program, including functions of: interactive website reports; participant and stakeholder enrollment web-forms; call scheduling functions. The vendor must be able and willing to develop an IVR system that will be compatible with system requirements and hosting infrastructure at the Michigan Academic Computing Center (MACC). Currently, all existing program modules are hosted at the MACC, and this new system developed by the vendor must be software and hardware compatible with our existing systems. Vendor will work with staff at the MACC in addition to other key IT staff at the University of Michigan (UM) in order to learn about the complex hosting environment at the MACC, including SIP provisions, back-up solutions, and other relevant project development and production environment topics. Vendor will continue to work with the MACC and other UM IT staff to support said project throughout the duration of the project development and production. In addition, the application is written in Asterisk software, which is not commonly used in the marketplace. A new contractor would need to provide time and resources to train staff either by sending them to Asterisk boot camp or through other educational opportunities. The proposed work is for building on previous work to modify an existing application that C/J media designed and developed. Any vendor other than C/J media would need to allocate significant start-up time to review the application prior to beginning development work. The research study is under tight deadline to complete all requirements by Summer of FY14 in order to stay on target with VA research funding requirements. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: FSS and the internet were searched. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: $10,550. This price is fair and reasonable based on historical pricing for these services. PO 506-C20212 was awarded for $18,000 on 9/10/2012 for similar IVR modifications for another research study, "Improving the quality of care for patients in transition." 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: FSS and the internet were searched. No other vendor could complete the work within the existing time frame. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See paragraph 6 above. 11.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: Should a requisition of this nature recur, the market will be surveyed to locate possible new vendors. 12.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. Name Date 13.Approvals in accordance with FAR 6.304 a.Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ NameDate Title Facility b.NCM/PCM (Required $3K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ _____________________ NameDate Network Contract Manager VISN/PCA X ? c.SAO (If over 500K): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ NameDate Director Service Area Office, East d.VHA 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 $10million) or approve ($500K to 10 million) for other than full and open competition. _____________________________ ________________________ NameDate Chief Procurement and Logistics Officer VHA Head of Contracting Activity (HCA)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3fccb692fc2f504ff9969a1ec5ebe58d)
- Record
- SN03296753-W 20140227/140225235217-3fccb692fc2f504ff9969a1ec5ebe58d (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 |