DOCUMENT
D -- IVR Development - 506-15-3-099-0155 - Justification and Approval (J&A)
- Notice Date
- 6/3/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25115Q0393
- Response Due
- 6/3/2015
- Archive Date
- 8/3/2015
- Point of Contact
- Kelly Poole
- Small Business Set-Aside
- N/A
- Award Number
- VA251-15-P-1751
- Award Date
- 6/4/2015
- Description
- JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. PURCHASE REQUEST OR REQUISITION NUMBER: 506-15-3-099-01551A. PROJECT/TASK NUMBER 1B. ESTIMATED AMOUNT: $45,000 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: This is a request for a firm-fixed price purchase order for the development of a new Interactive Voice Response (IVR) system designed to be used for delivering automated depression support and evaluation calls to Veterans enrolled in the "Ensuring Quality and Care Coordination in the Era of Veterans Choice" project. The development of the new IVR system shall involve a number of tasks including a) creation of front-end design elements (website) and back-end programming code; b) design of the functional IVR application and companion database-driven administrative website; c) creation and testing of the complete IVR platform; d) transfer of the finished system to University of Michigan servers; and e) instructions to the VA research team for managing users, scheduling IVR calls and managing data collection, data extraction, and reporting. The contractor shall work closely with the VA researchers to develop the proposed IVR system to accommodate research content and requirements. The vendor (CJ Media/InterVision, 261 East 12th Avenue, Suite 100, Eugene, OR 97401; 541-343-7993) will provide the development of a new IVR system. Total: $45,000.00. Performance immediately upon issuance of PO until July 31, 2015. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: CJ Media/ InterVision has built all of the Ann Arbor VA/Health Services Research and Development's existing IVR systems and is therefore the only vendor capable of building upon previous work to develop this system within the time frame required and within the budget available. Given the previous IVR development efforts of the VA Ann Arbor project team, any vendor other than CJ Media/InterVision would need to allocate significant start-up time to review a model the infrastructure already in place 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 this project, 2) reviewing the programming language and infrastructure for all existing modules of the current program, including the faxing and alert call components, 3) assessing the website infrastructure of an existing module of the current program, including functions of interactive website reports, participant and stakeholder enrollment web-forms, and call scheduling functions. CJ Media/InterVision is already intimately familiar with the hosting infrastructure at the Michigan Academic Computing Center (MACC), where the system will be hosted, and since the IVR system requested must be software and hardware compatible with their existing systems, learning the MACC system would involve working with staff at the MACC in order to learn about the complex hosting environment at the MACC. 4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: CJ Media/InterVision has built all the existing IVR systems for the Ann Arbor VA/Health Services Research and Development and is the only vendor capable of building on their previous work to develop this system. Given the previous IVR development efforts of the VA Ann Arbor project team, any vendor other than CJ Media/InterVision would need to allocate significant start-up time to review a model of the CarePartner project infrastructure prior to beginning development work. Due to these facts and complexity of the development of the system, if another contractor completed the requirement, the cost would significantly increase, which would not be recovered through competition. 5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: A market analysis was conducted by Health Services Research and Development, and indicated that CJ Media/InterVision's pricing is significantly less than developing the system in-house (in-house estimate: $149,618). Furthermore, it should be noted that any in-house staff that would be brought on for this purpose would face the same steep learning curve on this particular IVR system that an outside vendor would face. Time and budget constraints do not allow for this to be completed in-house. 6. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Signatures on file
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25115Q0393/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA251-15-P-1751 VA251-15-P-1751_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2085170&FileName=-5866.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2085170&FileName=-5866.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-P-1751 VA251-15-P-1751_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2085170&FileName=-5866.docx)
- Record
- SN03751464-W 20150605/150603234814-9be6c2dfea757092f83c78f26fc8bd07 (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 |