SPECIAL NOTICE
R -- PL109 - SDVOSB Sole Source PPMSS for SCDIO 36C10X23P0111
- Notice Date
- 10/5/2023 11:36:22 AM
- Notice Type
- Justification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
- ZIP Code
- 21703
- Solicitation Number
- 36C10X23P0111
- Archive Date
- 10/15/2023
- Point of Contact
- kurt.tanny@va.gov, Kurt Tanny, Phone: (303) 712-5828
- E-Mail Address
-
kurt.tanny@va.gov
(kurt.tanny@va.gov)
- Award Number
- 36C10X23P0111
- Award Date
- 09/20/2023
- Awardee
- RB CONSULTING, INC. FREDERICK 21704
- Award Amount
- 1599376.00000000
- Description
- JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 6.302-5 Authorized or Required by Statute Identification of the agency and the contracting activity. This Justification and Approval (J&A) for Other Than Full and Open Competition is executed by the Strategic Acquisition Center (SAC), on behalf of the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Procurement and Logistics Office (P&LO), Supply Chain Data and Information Office (SCDIO) Program. Nature and/or description of the action being approved. This activity proposes to negotiate a non-competitive award (sole-source) with RB Consulting, Inc (RBCI), a Service-Disabled Veteran-Owned Small Business (SDVOSB), for the procurement of Program and Project Management Support Services (PPMSS) - to support programmatic assessment and analysis, providing the capability to monitor, report, and manage supply chain data at the tactical, operational, and strategic levels. SCDIO requires the assessment and plans to align strategy with operations. Additionally, SCDIO requires Supply Chain consultants to aid in implementing strategic programmatic changes so that plans are developed into operations. A description of the supplies or services required to meet the agency s needs (including the estimated value). The contractor shall provide the VA with rigorous support to the SCDIO Directorate to achieve its strategic goals and to increase accountability across P&LO and cooperative partner organizations. The contractor shall provide support in areas including, but not limited to, program management, information and data management, data visualization, database administration, data analysis, dashboarding, reporting, and administrative support to include meeting management, reporting, and action tracking. The contractor shall have experience in areas including, but not limited to, Agile Scrum methodology, Power BI, SharePoint, Excel, MicroStrategy, ECMS, and SQL. The total estimated value (including options) of this firm-fixed price contract is $4,868,650.79. The period of performance (PoP) is one (1) 12-month Base Period with two (2) additional 12-month option periods. The estimated value of the Base Period is $1,599,376.00. The estimated value of Option Period One (1) is $1,622,766.64 and Option Period Two (2) is $1,646,650.79. An identification of the statutory authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is 41 U.S.C. § 3304(a)(5) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302- 5 entitled, Authorized or required by statute . The applicable statute is 38 USC § 8127(c). Public Law 109- 461: Veterans Benefits, Health Care, and Information Technology Act of 2006 specifically, the Veterans First Contracting Program outlined in 38 USC § 8127(c) giving authority to sole source with a SDVOSB or VOSB. A demonstration that the proposed contractor s unique qualifications or the nature of the acquisition requires use of the authority cited. VAAR 819.7008 states explicitly, A determination that only one SDVOSB can meet the requirement is not required, and that using this authority, the following must be verified: The anticipated award price of the contract (including options) will not exceed $5 million; The total estimated value (base and options) is $4,868,650.79. The justification prepared pursuant to FAR 6.302-5(c)(2)(ii) will be posted in accordance with FAR subpart 5.301(d); This J&A will be posted on System for Award Management (SAM.gov) Contract Opportunities. The SDVOSB concern has been determined to be a responsible source with respect to performance; RBCI is a VetCert registered and verified Service-Disabled Veteran-Owned Small Business (SDVOSB); and In the estimation of the contracting officer contract award can be made at a fair and reasonable price that offers best value to the Government. In the estimation of the Contracting Officer, contract award can be made at a fair and reasonable price (see Section 7) that offers best value to the Government. RBCI currently is embedded in the internal projects that SCDIO is working on and to lose their efforts would set back the office and shut down projects completely which is not in the best interests of the government. SCDIO needs to ensure their participation and availability continues without a lapse in their services and specific personnel filling those roles. It would be detrimental and affect the normal operations within SCDIO to have a lapse and any new individuals would take months to provide the same knowledge and level of support on projects. It is imperative that the Government utilize this contractor who has the knowledge and expertise in this subject matter to ensure successful performance. The Contracting Officer has determined that the use of this authority is in the best interest of the Government based upon the fact that RBCI is a SDVOSB, which has the ability to provide the Department of Veterans Affairs quality products and services at a fair and reasonable price and has the necessary working knowledge of the VA systems, programs and policies to provide the needed deliverables within the stringent timeline required. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. IAW VAAR 819.7007(b), the determination to make a sole source award to a SDVOSB is a business decision wholly within the discretion of the contracting officer; therefore, the requirement to ensure that offers are solicited from as many potential sources as practicable is not applicable to this procurement. In addition, 819.7007(c) further authorizes the contracting officer to make the award without first determining that only one SDVOSB source can meet the requirement. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. No award shall be made until the Contracting Officer determines the cost to the Government to be fair and reasonable. This determination will be based on a comparison of current contract pricing, past proposal submissions (if available), other information made available, and an Independent Government Cost Estimate (IGCE). A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted and RBCI has been determined to be a responsible source with respect to performance. They are registered and certified in SAM.gov VetCert as a SDVOSB with the NAICS code 541611 Administrative Management and General Management Consulting Services for this requirement, which in accordance with Public Law 109-461 Section 502(c) meets the requirements of this statute to sole source to a SDVOSB. In addition, a review of their Representations and Certifications was conducted in the System for Award Management (SAM) and RBCI represented that they are a small business under this NAICS code verified by the Contracting Officer. Furthermore, the Federal Awardee Performance and Integrity Information System (FAPIIS) was reviewed and FAPIIS shows no reports for RBCI that would indicate defective pricing, instances of contractor fault or recipient not-qualified, terminations for cause, default or material failure to comply, or non-responsibility of the contractor. Any other facts supporting the use of other than full and open competition. In accordance with Public Law 109-461, codified at 38 U.S.C. § 8127, in order to increase contracting opportunities for small business concerns owned and controlled by veterans and small business concerns owned and controlled by veterans with service-connected disabilities, contracting officers of the VA are given specific statutory authority to award a contract to a small business concern owned and controlled by veterans using procedures other than competitive procedures (i.e. a sole source contract). RBCI has been performing satisfactorily under current contracts. The Contracting Officer has determined that this proposed action meets all the requirements of 38 U.S.C. 8127(c). This acquisition is below the $5,000,000.00 threshold, RBCI is a responsible SDVOSB for performance of the services described herein, and the proposed contract can be awarded at a fair and reasonable price. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. RB Consulting, Inc. (RBCI) 5100 Buckeystown Pike, Ste. 250 Frederick, Maryland (866) 755-7224 SAM UEI: SNZEAMGH7LR8 A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. All future requirements will be handled on a case-by-case basis. Toward the expiration of this contract, should this concept solution be proven effective, market research will be conducted in order to determine if there are other capable vendors who can provide the required services and consideration will be given as to whether the future acquisition should be competitive.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb70859464474e669f5096a90681ab89/view)
- Record
- SN06853955-F 20231007/231005230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |