Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
DOCUMENT

70 -- Justification for Other Than Full and Open Competition Fully Executed J&A on file and available upon request. - Attachment

Notice Date
7/2/2014
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Archive Date
8/21/2014
 
Point of Contact
William Corson
 
Small Business Set-Aside
N/A
 
Award Number
NNG07DA16B
 
Award Date
7/22/2014
 
Description
Attachment 2: Request for Sole Source Memo Format DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 18, Southern Arizona VA Health Care System (SAVAHCS). Justification for Other Than Full and Open Competition, to expand an existing information system, PO 678-14-2-071-0113. 2.Nature and/or Description of the Action Being Processed: This acquisition is a Federal Supply Schedule purchase of all-in-one computers, accessories, and mounting brackets from a Service Disabled Veteran Owned Small Business to support the expansion of the PICIS clinical information system to our Step Down Unit (SDU) and Procedural areas. This specific equipment is needed to maintain equipment continuity throughout the facility as users of this equipment freely travel between these areas. This request includes equipment necessary to expand the use of the PICIS clinical information system. To facilitate care, computers will be wall mounted at the bedside in patients rooms in the SDU (12 units,) the GI lab, (6 units,) Special Procedures Unit Prep and Recovery (19 units,) Cardiac Catheterization lab (2 units,) Interventional Radiology (3 units,) and two additional units for spares. The PICIS system was purchased by the VISN and is used in all VISN 18 facilities. The VISN purchased the equipment now in use at the SAVAHCS. This acquisition is a new contract that will be funded by SAVAHCS. Staff at the SAVAHCS trialed two different all-in-one computers as well as two different wall mounting systems. The items currently in use were the overwhelming favorites and that is why we wish to purchase the same equipment for this expansion. Equipment continuity is a major factor for this purchase as nurses and providers see patients in all of these areas, having familiarity with the equipment will staff make it easier for staff as they see patients in these different areas. Also, our Biomedical Engineering and IT staffs are familiar with the equipment and will not need to spend time developing new software images if we purchase the same equipment that is currently in use. 3.Description of Supplies/Services Required to Meet the Agency's Needs: This acquisition will include the following: Cybermed H22 Medical grade All in One with Touchscreen (44) Washable mouse and keyboard (44) FIPS certified Barcode scanner (44) Electronic signatures pads (44) Seismic 37"/94cm Wall Channel with Hardware (42) VHM Variable Height Arm with 8"/20.3cm New New Generation Extension for Fixed Angle "L" Bracket (42) Fixed Angle L Bracket with Flat Panel Height & Tilt Adjustment and Folding Keyboard Function (42) 20.75"/53cm Ergo Keyboard Tray w/Wrist Rest & Sliding Mouse Trays (42) Flat Panel Handle with Bumper Grips - For flat panel display (42) Kaiser L Bracket Code CR2AG-A31 and Code 2600 Barcode Scanner Mount (42) Delivery date is anticipated for 1st quarter of FY 15. 4.Statutory Authority Permitting Other than Full and Open Competition: ( X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Only One Responsible Source (FAR 6.302-1) - - this requirement meets the needs of nurses and providers at the SAVAHCS. This system allows for real-time monitoring of patient data from any node in the system. Providers will be able to view physiologic data (vital signs, invasive pressures, cardiac output, cardiac rhythms, and ventilator data. They system will allow for seamless transfer of this data as a patient moves form the operating room or a procedural area, to the recovery room, to the ICU or SDU. This will greatly enhance information exchange, allowing nurses and practitioners to have access to current patient data regardless of where the patient resides. Because of this, it is essential that similar equipment be available for staff to use. This acquisition expands the capability of an integrated specialized system. Equipment continuity is essential and cost effective as training costs for biomedical Engineering, IT, and nursing staffs will not be incurred. Should different equipment be purchased the SAVAHCS will incur costs associated with training more than 250 employees. Staff preferred the requested equipment for its ease of use, adaptability to people of different heights, and clarity of display. IT and Biomedical Engineering staff are satisfied with the technical performance and configurability of the computers. The previous award to Four Corners was VA258-13-F-1967 in the amount of $108,058.23. Accordingly, the requested equipment from Four Corners Technology is the only firm capable of providing the supplies and services described in Section III above without the Veteran's Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A Market Research fair was conducted in Tucson for point of care workstations for the Intensive Care Unit (ICU) and Step Down Unit (SDU) areas. It was advertised on SEWP to alert vendors. Vendors were also present at the VISN 18 Vendor Fairs hosted by the Acquisition office. Internet searches were also conducted to identify additional potential solutions. In addition, 2 workstation vendors and 2 wall arm mount vendors installed their products in the ICU Conference room. PICIS/Anesthesia Manager Program (in test mode only) was installed on the vendor workstations. ICU staff including Nursing, Providers and Respiratory Care Techs evaluated the vendors and filled out a survey. The selection by ICU/SDU personnel was for GCX for the wall mount and Cybernet for the workstations. There are four areas in SAVAHCS in VISN 18 requiring the implementation of additional point of care workstations. The placement is to be in SDU, SPU, SPU Recovery, and in Interventional Radiology and Cath Lab. These are all Moderate Sedation areas that will use the Anesthesia Manager / Moderate Sedation template. The SPU Recovery area will use the PACU Manager template on the workstations. Two additional workstations are required in clinical areas, Clinical/Admin areas and in Biomedical Engineering. The vendor recommended is a Service Disabled Veteran owned Small Business that has provided excellent service and value previously. They are a GSA approved vendor. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: As a FAR Part 8.4 requirement being to be acquired using the vendor's NASA SEWP contract the anticipated price of $243,900.00 is deemed fair and reasonable. Additionally, the following acquisitions were found in FPDS-NG under the same NAICS code (334111) and PSC (7035) that were awarded to Four Points Technology, LLC by the Department of Veterans Affairs: VISN 18 issued a delivery order for $108,058.23 on 30 September 2013 VISN 8 issued a purchase order for $778,500 on 27 September 2013 262-Network Contracting Office issued a delivery order for $201,120.59 on 19 July 2013 262-Network Contracting Office issued a delivery order for $235,801.01 on 6 July 2013 Given this information the anticipated price of $243,900.00 is deemed fair and reasonable. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted pursuant to FAR Part 10. Internet sources were consulted and a demonstration/trial was conducted. The equipment requested was deemed to be reasonably priced and it was preferred by staff during the evaluation/trial. Also see item VI above. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See section VI above. 11.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: None. There is no anticipation of a reoccurring need for these services. 12.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 and belief. _____________________________ ________________________ Steven J Braun, RN Date Associate Chief Nurse SAVAHCS 13.Approvals in accordance with FAR 6.304 a.Contracting Specialist: William Corson Date Contract Specialist PVAHCS b.Contracting Officer Certification: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Douglas CrowleyDate Contracting Officer c.DOC/Designee (Required $3K and above): I certify the justification meets requirements for other than full and open competition. Sabrina J. SmithDate Director of Contracting, Network Contracting Office 18
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90c8d7c9cebb996a7c75f97b78c41b57)
 
Document(s)
Attachment
 
File Name: NNG07DA16B VA258-14-F-1123 VA258-14-F-1123.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473403&FileName=NNG07DA16B-016.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473403&FileName=NNG07DA16B-016.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03412725-W 20140704/140703001219-90c8d7c9cebb996a7c75f97b78c41b57 (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.