DOCUMENT
65 -- Alliant Belimed Washers/Conveyor System - Attachment
- Notice Date
- 7/1/2014
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contracting Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25114Q0284
- Archive Date
- 7/23/2014
- Point of Contact
- Sabine McCorry
- Small Business Set-Aside
- N/A
- Award Number
- V797D-30070 VA251-14-F-2055
- Award Date
- 6/23/2014
- Awardee
- ALLIANT ENTERPRISES, LLC;333 BRIDGE STREET NW, SUITE 1125;GRAND RAPIDS;MI;495045367
- Award Amount
- $194,915.03
- Line Number
- 1-19
- 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 #: Alliant Healthcare System 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 numbe r of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide Alliant Healthcare Producrs name for material or contractor's name for service. (If a sole source manufacturer d istributes via dea lers, AlSO provide dealer information.) Manufacturer/Contractor: Alliant Healthcare Products Manufacturer/Contractor POC & phone number: Mfgr/Contractor Address: 300 Ionia Ave. SW. Grand Rapids. Ml 49503 Dealer/Rep address/phone number: [8] The requested material or service represents the minimum requirements of the Government. (1)AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VA Ann Arbor Healthcare System VISN: 2215 Fuller Rd. Ann Arbor Ml 48105 1 1506 (2)NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: The request for WO 230 and WO 250 washer/disinfectors to be approved are existing systems in the VHAAAMC construction phase. Currently service has three connecting unites and soace has permitted an additional unit to connect with the current washer/disinfector system. Only one compatible option is available to attach to the current system in order for the conveyors to work. V7970-30070 {3) (a) A DESCRIPTION OF THE SUPPLI ES OR SERVICES REQUIRED TO MEET THE AGENCY' S NEED: The W0230 and WD250 washer/disinfectors are engineered to provide the most effective wash of instruments, containers and basins with minimal use of natural resources. With an efficiently designed stainless steel chamber and unique high volume/ l ow-pressure water circulation system. they can process up to 1 0 DtN trays of i nstruments and ensure I ntermediate Level Disinfection with an A0>3000, per ISO 15883-1. The WD250 is available with 2 oosered. vertically sliding doors with full glass for complete viewing. while the WD230 util i zes a framed glass tilt down door. (b} ESTIMATED DOLLAR VALUE: $168.900.24 (c) REQUIRED DELIVERY DATE: 04/24/20 14------------- (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6),ANO IF APPLICABLE, A DEMONSTRATI ON OF THE PROPOSED CONTRACTOR' S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK All THAT APPLY ANO COMPLETE) D Specific characteristics of the material or service that limit the availability to a sole source (uniq ue features, f unction of the item, etc.). Describe in detail why only this suggested source ca n furnish the requirements to the exclusion of other sources. None DA patent, copyright or proprietary data limits competition. The proprietary data is: !If FAR B.405 ·61a){2)iii before posting. Do not inclyde specific proprietary data. Only mention the type of equipment. procedure, etc. to show that proprietary supplies or services are being procured.) DThese are "direct replacements" partskomponents for existing equipment. [81The material/service must be compatible in all aspects (form, flt and function) with existing systems presently Installed/performi ng. Describe the equipment/functi on you have now and how the new Item/service must coordinate, connect, or interface with the existing system, Our facility currently has three Belimed washers/disi nfectors that are compatible with the conveyor system. The service has used this system for many years a.nd the staff is !miliar with the. ake and models in order to continue undisrupted service. The adding of one add1t1on al washer/d1s1nfectors system to work with the conveyor system is a must. it is the only compatible option as it attaches to the existing Belimed units. DThe new work is a logical follow-on to an original Federal Supply Schedule order provided that the origina l order was placed in accorda nce with the applicable Federal Supply Schedule ·ordering procedures. The original order must not have been previously issued under sole source or limited sou rce procedures. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (5)DESCRIBE WHY VOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AI D THE CONTRACTING OFFICER IN MAKI NG THIS BEST VALUE DETERMINATION: This order represents best value in the savings of adding another washer/disinfecting system that would also require a new conveyor svstem in order to work. The current system are in place with three washer/disinfection using the same Bellmed conveyer system. The increased cost of replacing the entire system would could not be recovered through competition. {6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Ma rket research was not conducted because a new conveyor svstem would not be considered fair or reasona ble. The current system's performance is satisfactorv. (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: (9)REQUIREMENTS CERTIRCATION: l certify that the re.quirement 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. Iunderstand that processing of this llmited 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.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/Awards/V797D-30070 VA251-14-F-2055.html)
- Document(s)
- Attachment
- File Name: V797D-30070 VA251-14-F-2055 V797D-30070 VA251-14-F-2055_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1468732&FileName=V797D-30070-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1468732&FileName=V797D-30070-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797D-30070 VA251-14-F-2055 V797D-30070 VA251-14-F-2055_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1468732&FileName=V797D-30070-001.docx)
- Record
- SN03411787-W 20140703/140702002405-a67a53b8b3da386f3a18b30ce343d9bd (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 |