Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
DOCUMENT

65 -- NSTREAM SWALLOW STATIONS - Justification and Approval (J&A)

Notice Date
8/1/2013
 
Notice Type
Justification and Approval (J&A)
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Archive Date
9/30/2013
 
Point of Contact
Timothy A Pighee
 
E-Mail Address
7-1028<br
 
Small Business Set-Aside
N/A
 
Award Number
V797P2065D VA256-13-J-1596
 
Award Date
8/1/2013
 
Description
LIMITED SOURCES JUSTIFICATION ORDERS >$3,000 FAR PART 8.405-6(g) 2237 Transaction # or Vista Equipment Transaction #: 598-13-3-784-0312 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: Olympus America, Inc. Manufacturer/Contractor POC & phone number: Customer Service 800-773-4301 Mfgr/Contractor Address: 3500 Corporate Parkway P.O. Box 610 Center Valley, PA 18034-0610 Dealer/Rep address/phone number: Kevin Kelley 901-277-5557 0 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Central AR Veterans Healthcare System Audiology and Speech Pathology Service 4300 W. 7th St, LR, AR 72205 Network Contracting Activity:NCO 16 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: This action pertains to the purchase of equipment for swallowing evaluations to be conducted at LR and NLR divisions of CAVHS. (3)(a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: IS40260 nStream G3 SD Dual Channel Image Capture System with DiCOM QTY: 3 IS50046: ELO 1928L MEDICAL GRADE TOUCH PANEL ELO#E522556 QTY: 3 IS40020: DV-R footswitch for nStream 12 ft. QTY: 1____ OTV-SI(A): Office based video system without pump QTY: 3_____ TC-C2-PS: TC-C2 Surgical Cart with Power Strip KM#K7505124 QTY: 3_____ MAJ-90: Back panel kit for TC-C2/TC-G2 QTY: 3_ OTV-S7H-1D: VISERA camera head, straight with moiré filter. Can be used to connect an OES BF fiberscope to a CV-180 QTY: 3_ AR-T10E: One piece adapter, 1.0x magnification for OSF/ENT scopes, rigid eyepiece for OTV-S5-S-S7, SC and OVC-60 QTY: 3____ MAJ-197: LCD mount adapter plate kit TC workstation (must be used with MAJ-132) QTY: 3____ OIS-03600: High resolution down scan converter to NTSC. Used with flouroscopic devices (CVT-PKP-02721-000 medical grade) (b) ESTIMATED DOLLAR VALUE: $79,367.80 (c) REQUIRED DELIVERY DATE: 09/30/2013 (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) 1 Specific 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. The swallow evaluation equipment selected will allow evaluations via endoscopy as well as videofluoroscopic imaging. Methods of evaluation, endoscopy vs. videofluoroscopic imaging, are determined based on the disorder and specific to the patient's needs. Both methods of assessment must be available. This equipment will provide both forms of evaluation and will eliminate the need for additional swallow stations that can only provide one form of evaluation. We currently have Olympus equipment in use for swallow evaluations and the N-Stream equipment will be compatible with current Olympus equipment. Review of options indicated equipment from other manufacturers would not be compatible with current equipment. 1 The 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. We currently have Olympus equipment in use for swallow evaluations and the N-Stream equipment will be compatible with current Olympus equipment and will interface with Radiology equipment. Review of options indicated comparable equipment from other manufacturers would not be compatible with current equipment. Further, comparable equipment would not interface with current Radiology equipment. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Analysis of the various types of swallow evaluation equipment available indicates this is the only type of equipment currently available to provide options of two forms of evaluation (from one device). Cost information obtained from other companies indicated slightly reduced prices; however, the equipment did not provide the same services. Purchasing separate equipment will almost double the cost of this purchase. Therefore, purchasing the required equipment from one vendor will be in the best interest of CAVHS and provide the best value. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Quotes and cost information were obtained from other companies; however, analysis indicated that purchasing from Olympus America, Inc. would be the most effective and yield the best results. As described above, no other source could provide two methods of evaluation from one device. Additionally, no other devices will be compatible with the existing equipment. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: No additional facts or information to support the justification. (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: In the future, CAVHS will look to procure equipment in which supplies and supporting equipment can be provided by various vendors. (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a bonafide 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.) SIGNATUREDATE NAMETITLESERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(h): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER'S SIGNATUREDATE ______________________________ RICHARD S. EDENSCAVHS CONTRACTING OFFICER Network Contracting Office 16 b. P&C: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ CLAUDETTE BARBEEDate ACTING CHIEF, PURCHASING AND CONTRACTING CAVHS Network Contracting Office 16
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3737dfca66b3d47a7cb28a3e74e492b5)
 
Document(s)
Justification and Approval (J&A)
 
File Name: V797P2065D VA256-13-J-1596 V797P2065D VA256-13-J-1596_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=910144&FileName=V797P2065D-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=910144&FileName=V797P2065D-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03135536-W 20130803/130802000854-3737dfca66b3d47a7cb28a3e74e492b5 (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.