Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
DOCUMENT

G -- EMERGENCY RELOCATION HELTON MANOR - Justification and Approval (J&A)

Notice Date
6/28/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Archive Date
6/25/2011
 
Point of Contact
Leah Trossen
 
E-Mail Address
8-7152<br
 
Small Business Set-Aside
N/A
 
Award Number
VA659C10658
 
Award Date
5/26/2011
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs Medical Center, Salisbury NC VISN 6, National Contract Authority plans to contract by means other than full and open competition. Purchase Request # 659-11-3-1015-0004 2.Nature and/or Description of the Action Being Processed: This is a request for other than full and open competition for the procurement of emergency relocation and housing of thirty (30) veterans. These homeless Veterans to be moved from a recently condemned facility, Charlottetown Manor 3501 E. Independence Blvd. Charlotte, NC 28205. Housing and care services will be provided by Helton Manor, 1700 Montana Drive, Charlotte, NC 28216. This requirement will be awarded as a firm fixed price bridge purchase order for a period of performance 5/1/2011 through 11/30/2011. 3.Description of Supplies/Services Required to Meet the Agency ™s Needs: Services required include room and board for thirty (30) veterans, a minimum of 2 meals a day 7 days a week to include availability of snacks throughout the day, laundry facilities and therapeutic rehabilitation services. 4.Statutory Authority Permitting Other than Full and Open Competition: Under the authority 41 USC §253(c), as implemented by FAR 6.302, Delay in award of a contract would result in serious injury, financial or other, to the Government. ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( x ) (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): Currently thirty (30) veterans from the Salisbury VAMC reside at the Charlotte Town Manor. A site inspection noted extensive safety violations. It was determined that the facility was no longer safe for housing the veterans. A search conducted to locate suitable facilities revealed four (4) facilities however Helton Manor was the only facility that could accommodate all the veterans immediately. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: There are facilities in the local area that are able to provide housing and care for the veterans, however due to the emergent nature of this requirement it is necessary to use a facility that can accommodate all of the veterans immediately. This is only intended as a temporary measure to remove the veterans from and unsafe environment and to allow for enough time to solicit and establish a new contract. This notice will not be posted to FedBiz Ops. The Contracting Officer need not submit the notice required by FAR 5.201 when Pursuant to FAR 5.202(a)(2) the proposed contract action is made under the conditions described 6.303-2 and the Government would be seriously injured if the agency complies with the time periods specified in 5.203. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated price to the Government is $496,000. In accordance with the criteria outlined in FAR 15.404-1(b) (2) (ii) The Contracting Officer has determined that this price compared to previous contract prices and industry standard to be fair and reasonable. Price reasonableness was based on contract (VA246-P-0584) by comparing all quotes received and the area standard rate of $105 a day per Veteran. The cost to the government is expected to be $70 a day per Veteran which is considered fair and reasonable compared to the standard rates. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted on April 26, 2011 and the Contracting Officer contends there are other facilities that can accommodate the veterans, however as stated in Paragraph 6 due to the emergent nature of the request, and the need for all thirty (30) Veterans to be at the same facility Helton Manor is the only facility that can accomplish this immediately. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: As stated in above paragraph 8 due to the emergent nature of this requirement, and the ability of Helton Manor to provide immediate housing; it is not in the best interest to the Government to solicit for full and open competition. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See paragraph 8 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: Due to the emergent nature of this action there was no time to promote competition. This action is for a bridge contract only. It is the Government intention to issue a new solicitation and award a new contract for the Salisbury VAMC Homeless Veterans Program. Due to the responses from the original solicitation VA-246-10-RQ-0088 and the lengthy inspection process, it anticipated contact will be awarded NLT 11/30/2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f2b1ffc9c58a82f810360aa89b1013c)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA659C10658 VA659C10658.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214036&FileName=-730.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214036&FileName=-730.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02484227-W 20110630/110628234743-8f2b1ffc9c58a82f810360aa89b1013c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.