R699--Office of General Counsel Litigation Record Development
Justification and Approval Notice Justification and Approval Notice Page 3 of 9 Justification and Approval Notice *= Required Field Justification and Approval Notice Page 1 of 9 SUBJECT* Office of Gen... Justification and Approval Notice Justification and Approval Notice Page 3 of 9 Justification and Approval Notice *= Required Field Justification and Approval Notice Page 1 of 9 SUBJECT* Office of General Counsel Litigation Record Development GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 21703 SOLICITATION NUMBER* 36C10X23Q0070 DELIVERY/TASK ORDER NUMBER 36C10X23P0033 BASE NOTICE TYPE ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N PRODUCT SERVICE CODE* R699 NAICS CODE* 541611 CONTRACTING OFFICE ADDRESS Strategic Acquisition Center - Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick MD 21703 POINT OF CONTACT* Contracting Officer Anne Hicks anne.hicks@va.gov 202-394-1220 AWARD INFORMATION STATUTORY AUTHORITY* FAR5 AWARD NUMBER* 36C10X23P0033 MODIFICATION NUMBER AWARD AMOUNT* 4,971,051.24 LINE ITEM NUMBER 15 AWARD DATE (MM-DD-YYYY)* 03-21-2023 AWARDEE NAME* CONTRACTOR S UEI JAMISON PROFESSIONAL SERVICES INC. CWVXTKM91XJ6 AWARDEE ADDRESS LINE 1* AWARDEE ADDRESS LINE 2* AWARDEE ADDRESS LINE 3* 2995 EAST POINT ST AWARDEE ADDRESS LINE 4* AWARDEE CITY EAST POINT AWARDEE STATE GA AWARDEE ZIP CODE 30344-4261 ADDITIONAL INFORMATION AGENCY S URL https://www.va.gov/opal/sac/index.asp URL DESCRIPTION To learn more about SAC and its mission, please click here AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION DEPARTMENT OF VETERANS AFFAIRS Office of Acquisition Operations Strategic Acquisition Center Frederick 5202 Presidents Court, Suite 103 Frederick, MD 21703 Page 9 of 5 Page 9 of 9 Justification and Approval for Other than Full and Open Competition 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 in Frederick, Maryland on behalf of the Department of Veterans Affairs (VA), Office of General Counsel (OGC), Court of Appeals Law Group (CALG). Nature and/or description of the action being approved. This activity proposes to negotiate a non-competitive award (sole source) with Jamison Professional Services Inc. System for Award Management Unique Entity ID (UEID) CWVXTKM91XJ6, a Service-Disabled Veteran-Owned Small Business (SDVOSB) for the procurement of Litigation Record Development (LRD) Services with additional support services for development of Records Before the Agency (RBA); and the official record of Veteran s/claimant s appeal of their claim at the US Veterans Court of Appeals for Veterans Claims (CAVC). A description of the supplies or services required to meet the agency s needs (including the estimated value). The contractor shall provide Support Services for LRD for preparation of cases before the CAVC. The contractor shall be responsible for time sensitive creation, production, and delivery of the RBA. The contactor shall create an RBA by accessing, downloading, and compiling digital records acquired from VA databases. Additionally, the contractor shall provide other services related to disagreements arising during litigation over the content, format, or legibility of RBA wherein the CAVLG needs amended versions of the RBA previously produced in electronic and paper versions. The contractor shall perform redaction services for original/amended RBAs for Social Security Number (SSN). The contractor shall also produce hardcopies of RBAs, amended RBAs, and other similar work product, which are documents bound with paper fasteners, to include for situations not otherwise specified in LRD-RBA creation. Shipping of Deliverables/Receipts of Shipments shall be required of this contractor because of the physical location of the contractor to the customer, as the VA OGC CAVCLG mandates that hard copies and CD/DVD copies of files shall be personally/hand delivered to the customer. Other required services that shall be provided by the contractor shall include monitoring and confirmation tracking system of receipt for shipment, mitigation for lost or missing packages, expedited processing and mailing of RBAs. Other services include reporting requirements which shall be required of the contractor. The total estimated value of the proposed action with options is $4,971,051.24 and the period of performance is a 12-month based period with three 12-month option periods. 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 United States Code (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 Public Law 109- 461: Veterans Benefits, Health Care, and Information Technology Act of 2006 specifically, the Veterans First Contracting Program outlined in 38 U.S.C. § 8127(c) and 8128 and implemented at Veterans Affairs Acquisition Regulation (VAAR) Subsection 819.7007(c). A demonstration that the proposed contractor s unique qualifications or the nature of the acquisition requires use of the authority cited. VAAR 819.7007 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: 1) The anticipated award price of the contract (including options) will not exceed $5 million: The estimated value, including options, is $4,971,051.24 and does not exceed $5M. 2)The justification prepared pursuant to FAR 6.302-5(c)(2)(ii) will be posted in accordance with FAR subpart 5.301( 3) The SDVOSB concern has been determined to be a responsible source with respect to performance; 4) Jamison Professional Services Inc. is a registered and verified SDVOSB. 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. Historical prices along with market research for previous and similar services will assist with making a fair and reasonable price determination prior to award. The Contracting Officer has determined that the use of this authority is in the best interest of the Government based upon the fact that Jamison Professional Services Inc., is a SDVOSB team that has experience creating, producing, redacting, delivering, mitigating errors, and amending documents as well as delivering hardcopies. This contractor has unique expertise supporting a wide range of federal agencies for support services and specializes in providing professional industry, administrative, court reporters and transcriptionists experts. Jamison Professional Services Inc. has successfully provided these services to the VA and has proven they can complete these services in a timely and efficient manner as the incumbent contractor under contract 36C1021D0016 Furthermore, the proposed source for this acquisition, Jamison Professional Services Inc., a certified SDVOSB is technically qualified to sustain these support services to ensure continuity of service is maintained throughout the implementation and impact of the PACT ACT. 6. 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 FAR Subpart 5.2 and, if not, which exception under FAR 5.202 applies. In accordance with VAAR 819.7007(b), the determination to make a sole source award to an 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, VAAR 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 notice of the proposed action will be synopsized via the Government Point of Entry (GPE) in accordance with FAR Section 5.201, and the agency will make publicly available the justification required by FAR 6.305(a) within 14 days after contract award. 7. 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 historical pricing, commercially available price lists, and an Independent Government Cost Estimate (IGCE). 8. A description of the market research conducted and the results or a statement of the reason market research was not conducted. Market research was conducted and Jamison Professional Services Inc., has been determined to be a responsible source with respect to performance. They are registered and certified in VetBiz.gov (VIP) as a SDVOSB under NAICS code 541611 Administrative Management and General Management for this requirement which in accordance with (IAW) Public Law 109-461 Section 502 (c), meets the requirements of this statute to sole source to a SDVOSB. The Contracting Officer has reviewed their VIP certification verifying they are an SDVOSB as well as their Representations and Certifications under this NAICS code in the System for Award Management (SAM). In addition, the Federal Awardee Performance, and Integrity Information System (FAPIIS) was reviewed and FAPIIS shows no reports for Jamison Professional Services Inc. 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. 9. Any other facts supporting the use of other than full and open competition. The Procuring 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, Jamison Professional Services Inc., is a responsible SDVOSB for performance of the services described herein, and the proposed contract can be awarded at a fair and reasonable price. 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. Jamison Professional Services Inc. 2995 East Point St East Point, GA 30344 UEID: CWVXTKM91XJ6 11. 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, consideration will be given as to whether the future acquisition should be competitive. 12. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. **REDACTED** ______________________________________________ David Quinn Date Program Manager Office of General Council Contracting Officer Certification: Pursuant to (FAR 6.303-2(a)(12)), I certify that this justification is accurate and complete to the best of my knowledge and belie **REDACTED** ______________________________________________ Anne Hicks Date Contracting Officer Strategic Acquisition Center Frederick Competition Advocate Approval: In my role as Contracting Activity Competition Advocate, based on the foregoing justification, I hereby approve this acquisition on an other than full and open competition basis pursuant to the statutory authority cited in paragraph four above, subject to availability of funds, and provided that the property and services herein described have otherwise been authorized for acquisition. As this action does not exceed $15M, the certification below required by FAR 6.304 serves as approval. **REDACTED** ______________________________________________ Mr. Efrain Fernandez Date Director/Competition Advocate Strategic Acquisition Center-Frederick (SAC-F) Tracking Number: 23F-0037a ***** End Word Document - ' OPPORTUNITIES-DESCRIPTION: Redacted_JA_Post' *****
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »