Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
DOCUMENT

J -- Maintenance & Service on TUGS Base Year 01/01/2011-09/30/2012 - Attachment

Notice Date
12/21/2011
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
va69d12q0133
 
Archive Date
1/31/2012
 
Point of Contact
Ashley A Johnson
 
E-Mail Address
4-4844<br
 
Small Business Set-Aside
N/A
 
Award Number
V797P4652A VA69D-12-F-0516
 
Award Date
1/1/2012
 
Awardee
AETHON INC;100 BUSINESS CENTER DR;PITTSBURGH;PA;152051329
 
Award Amount
$19,440.00
 
Description
Attachment 1: Request for Limited Sources Memo Format LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 695-12-1-133-0064 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Aethon Manufacturer/Contractor POC & phone number: Pete Porco, 412-956-5730 Mfgr/Contractor Address: Aethon, 100 Business Center drive, Pittsburgh, PA 15205 Dealer/Rep address/phone number: Pete Porco, 412-956-5730 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Milwaukee, WI VISN:12 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Maintenance and service on 6 Aethon TUG robots located at the VA Milwaukee. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Maintenance and service on 6 Aethon TUG robots located at the VA Milwaukee. This includes service during normal working hours and all parts necessary to make repairs to ensure machines are working to original manufacturer specifications. This includes all software updates and licensing for the operation of the Aethon TUG robots (b)ESTIMATED DOLLAR VALUE: $ xxxxxxxx (c)REQUIRED DELIVERY DATE: 12/1/2011 (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) 1Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. Aethon is the manufacturer of the equipment and is the only vendor that has access to provide software updates for the TUG robots. No other service provider has rights to provide VA with required software updates 1A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) Aethon TUG robot software licenses 1These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 1The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. Service provider must have access to all Aethon software to ensure maintenance and service requirements are provided. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: The items are on FSS contract. The commercial maintenance cost per TUG/per month is $300.00. We, receive a 10% discount per TUG/per month. According to the national BERS (Biomedical Engineering Resource Survey) the national average for a annual full-service contract is 8% of the acquisition cost. The cost for this contract is 5% annually the purchase price, which is very reasonable. The robots were $ xxxxxxxx originally (695-A00086) and then there was a upgrade done for $ xxxxxxxx (695- A10530) to upgrade one existing TUG robot platform and to expand the wireless network into the new Spinal Cord Injury building. So we have invested a substantial amount of money into these robots and it would be advantageous for the VA to pay a few hundred dollars a month to keep these robots serviced and up to date. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Web research did not yield any other service providers for Aethon TUG robots. Additionally Aethon software is proprietary (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: None. (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor's supervisor, fund control point official, chief of service or someone with responsibility and accountability.) Carla Brees and Robert Steldt11-17-11 SIGNATUREDATE Carla BreesDivision Manager, CSMateriel Management NAMETITLESERVICE LINE/SECTION Milwaukee, WI FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(d): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Ashley Johnson - //es 11/19/2011 CONTRACTING OFFICER'S SIGNATURE DATE ASHLEY JOHNSON CONTRACTING OFFICER b. NCM/PCM/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Greg Danko //es11-19-2011 CHRISTINE HANSENDATE Network Contract Manager, Network 12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/Awards/V797P4652A VA69D-12-F-0516.html)
 
Document(s)
Attachment
 
File Name: V797P4652A VA69D-12-F-0516 V797P4652A VA69D-12-F-0516_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283114&FileName=V797P4652A-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283114&FileName=V797P4652A-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02643829-W 20111223/111221235016-875a557fca673ac535d6c6f07a96465c (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.