Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
DOCUMENT

65 -- STERILIZATION CONTAINERS CAREFUSION 2200 - Justification and Approval (J&A)

Notice Date
4/11/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25114Q0256
 
Archive Date
7/19/2014
 
Point of Contact
Robert Kay
 
E-Mail Address
5-5591<br
 
Small Business Set-Aside
N/A
 
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 #: 583-14-2-114-0296 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: CAREFUSION 2200 V797P-4311B Manufacturer/Contractor POC & phone number: Jennifer Kline 502-727-8256 Mfgr/Contractor Address: 3750 Torrey View Ct, San Diego, CA 92130 Dealer/Rep address/phone number: 502-727-8256 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Richard L. Roudebush VA Medical Center VISN:11 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Brand Name Justification for Carefusion Gensis Sterilization containers and supplies. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Carefusion Gensis Sterilization containers, baskets, filters, mats in assorted sizes. $28,389.78, Carefusion 2200, Inc 3850 Torrey View Ct, San Diego, CA 92130 (b)ESTIMATED DOLLAR VALUE: $28, 389.78 (c)REQUIRED DELIVERY DATE: April 11, 2014 (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. Carefusion 2200 is the only vendor that offers Carefusion Genesis Sterilization containers via an FSS Contract, V797P4311B. The Richard L. Roudebush VA Medical Center already uses about 150 Carefusion Genesis Sterilization Containers in SPD. These containers all use common tops, bottoms, filter retention plate, baskets, filters, mats and other disposable parts. Other brands, Medline and Miltex, would not offer this interchangability and should a top, bottom, or filter retuention plate get damaged, SPD would have to order new parts instead of simply swapping out componants and continuing with sterilization procedures. 0A 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.) 0These 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. The Genesis Sterilization containers already in use at the Richard L. Roudebush VA Medical Center all use common tops, bottoms, filter retention plates, baskets, as well as filters, mats and other disposable parts. Other brands, Medline and Miltex, would not offer this interchangability and should a top, bottom, or filter retuention plate get damaged, SPD would have to order new parts instead of simply swapping out componants and continuing with sterilization procedures. 0The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (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: This order represents the best value to the government because it allows for standardization of Sterilization containers for SPD at the Richard L. Roudebush VA Medical Center, allowing less disposables to be stocked, and interchangeablility of component parts, tops bottoms, filter plates, resulting in greater efficiency. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: FSS was searched, this vendor was the only source of Gensis Sterilization containers via an FSS Contract, V797P-4311B. (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: Should another requisition of this nature reoccur, we would undertake a new market survey. (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.) SIGNATUREDATE NAMETITLESERVICE LINE/SECTION 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. CONTRACTING OFFICER'S SIGNATUREDATE ______________________________ NAME AND TITLEFACILITY HIGHER LEVEL APPROVAL: (REQUIRED $3K and above) b. NCM/PCM/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. (Instructions: IAW NCO 11 delegation authority, all procurements estimated to exceed $500K must be approved by the NCM. Procurements between $3K and $650K are to be approved by the Supervisory Contract Specialist of the applicable Team (as the "Designee"). SIGNATUREDATE Name NCO 11 NCM/PCM/Designee HIGHER LEVEL APPROVAL: (Required For orders over $650,000): c. SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. SIGNATUREDATE Ricky L. Lemmon SAO Director, Central Region d. VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 NORBERT S. DOYLEDATE Chief of Procurement and Logistics Officer VHA, Head of Contracting Activity e. VA Deputy Senior Procurement Executive Approval ($12.5 million not to exceed $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 C. FORD HEARD DATE Deputy Senior Procurement Executive (DSPE) Office of Acquisition and Logistics f. VHA Senior Procurement Executive Approval (over $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition. JAN R. FRYEDATE Deputy Assistant Secretary Office of Acquisition and Logistics Senior Procurement Executive (SPE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25114Q0256/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA251-14-Q-0256 VA251-14-Q-0256.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1303603&FileName=VA251-14-Q-0256-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1303603&FileName=VA251-14-Q-0256-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03336820-W 20140413/140411234919-c357930f3d40d5a85ef4a4f3c9bf2ea6 (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.