Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2009 FBO #2693
SPECIAL NOTICE

65 -- Special Notice for Justification and Approval

Notice Date
4/9/2009
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Suzanne Angelo;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Archive Date
5/9/2009
 
Point of Contact
Suzanne AngeloContracting Officer Intern<br />
 
Small Business Set-Aside
N/A
 
Description
LIMITED SOURCE JUSTIFICATIONAND APPROVAL - FSS - FAR 8.4 I.Contracting Organization FAR 8.405-6(g)(2): The Department of Veteran Affairs, Veterans Health Administration, VISN 23 Contracting Directorate is the contracting organization responsible for this Individual Justification for Other than Full and Open Competition. The Procuring Contracting Specialist is Suzanne Angelo, (612)-629-7319. II.Description of Action FAR 8.405-6(g)(2): This Individual Justification and Approval (J&A) authorizes the use of Limited Sources Justification procedures for the Department of Veterans Affairs to obtain a Patient Monitoring & Telemetry Upgrade Project as part of an over-arching Clinical Information System Project. This shall include an upgrade of bedside, central, telemetry, and other monitoring system infrastructure in four VISN 23 facilities located in Minneapolis, MN, Omaha, NB, Sioux Falls, SD, and Des Moines, IA. The resultant Firm Fixed Price contract will be awarded sole source to GE Medical Systems, DSCP Medical Equipment Group, 700 Robbins Avenue, Philadelphia, PA. III. Description of Supplies/Services - FAR 8.405-6(g)(2): The Patient Monitoring & Telemetry Upgrade Project shall include an upgrade of Sioux Falls, Central Iowa, Minneapolis, and Omaha's bedside, central, telemetry, and other monitoring system infrastructure at each of the respective Medical Centers. The project shall also include expansion of patient monitoring and telemetry systems capabilities to include the ability to transfer physiologic information to from the monitors to the electronic patient chart, and view waveforms from a remote location. This functionality is a necessity to a successful Clinical Information System that is anticipated to be procured in FY09 for 7 VISN 23 facilities under a separate procurement. Overall, the new system(s) shall provide state-of-the-art physiological monitoring functions configured to the unique requirements of VISN 23. The system shall provide integration to Clinical Information System (CIS), Anesthesia Record Keeping (ARK), MUSE (current EKG Diagnostic Review and Storage System), MARS (current vital signs event capture system at MVAMC), Admit-Discharge-Transmit (ADT) In-Bound messages from CIS In-Bound messages from CIS, and other medical informatics systems ensuring work flow efficiency and improved patient safety. The estimated cost: $324,674. This acquisition is anticipated to be awarded by 15 April 2009 in the estimated amount of, $$324,674 of funding. All items should be delivered, installed, and accepted by the VA prior to August 31, 2009. VI.Applicability of Authority - FAR 8.405-6(a)(2): GE Medical System already provides a private networking "fiber backbone", 12-Lead EKG at the bedside and archive to MUSE, Full Disclosure functions, and integration to the future Clinical Information System (CIS) and Anesthesia Record Keeping (ARK) systems at two of VISN 23's four sites that use GE Monitoring Systems. On this basis, planning and funding for this project includes upgrades to VISN 23's existing GE infrastructure and monitoring system in order to make the system able to view waveforms remotely and bi-directionally communicate with an anticipated ICU-CIS, ARK, and Virtual ICU. V.Efforts to Obtain Competition - FAR : N/A VI.Fair and Reasonable Costs - FAR 8.404(d): Supplies offered of the GSA schedule are listed at fixed prices. GSA has already determined the prices of supplies. Therefore, VAMC is not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). By placing an order against a schedule contract using the procedures in 8.405, VAMC has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. VII.Market Research - FAR 8.405-6(g)(2): FAR Part 10 directs that market research be conducted on each acquisition appropriate to the circumstances. Research results serve to confirm that General Electric is the best vendor to be chosen for this award. Since the cost of upgrading the current system is far less than replacing all monitoring systems at the 4 VISN 23 sites that have these systems installed and in use. VIII.Other Facts - FAR 8.405-6(g)(2): VISN 23 has previously purchased and installed GE Medical System physiological and telemetry monitoring systems in Minneapolis, MN, Omaha, NB, Sioux Falls, SD, and Des Moines, IA. The existing equipment and infrastructure totals over $5Million. The cost to upgrade these monitoring systems to enable necessary functionality for the ICU-CIS, ARK, and Virtual ICU is a small percentage of the cost of the entire system. Replacement of the entire monitoring systems at these four VISN 23 Medical Centers is not in the scope of this project, and is not funded. IX.Interested Sources - FAR 8.4056-(g)(2): At the present time, the only source to be able to do the upgrade without replacing the entire system thus the cost benefit would be too costly. X.Steps to Foster Competition - FAR 8.405-6(g)(2): At the present time, there are other competitors but the cost benefit ration is too big to have the entire system re-bid. XI.Contracting Officer's Certification - FAR 8.405-6(g)(2): I hereby certify, as evidenced by the signature on the J&A Coordination and Approval Cover Page, that the facts and representations under my cognizance which are included in this justification are both accurate and complete to the best of my knowledge and belief. XII.Technical/Requirements Personnel's Certification N/A SUZANNE ANGELO CONTRACTING OFFICER
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e1e980d346ba5119873608395478adb0&tab=core&_cview=1)
 
Record
SN01789800-W 20090411/090409220935-e1e980d346ba5119873608395478adb0 (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.