DOCUMENT
J -- MUSE DEFAULT VERSION 8 - Justification and Approval (J&A)
- Notice Date
- 7/2/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
- ZIP Code
- 00921-3201
- Archive Date
- 8/1/2014
- Point of Contact
- Alberto Velazquez-Santiago
- E-Mail Address
-
1-7582<br
- Small Business Set-Aside
- N/A
- Award Number
- V797P-2239D VA248-14-F-3853
- Award Date
- 7/2/2014
- Description
- Attachment 1: Request for Limited Sources Memo Format LIMITED SOURCES JUSTI FICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transacti on # or Vista Equipment Transaction #: 672-14-3-103-0177 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 contr actors required by FAR Subpart 8.4 - Federal Supply Schedu les,is precluded for the reasons indicated below. Restricted to the following source: Manufacturer/Contractor: GE MEDICAL SYSTEMS(INFORMATION TECHNOLOGI ES) Manufacturer/Contractor POC & phone number: SCOTI ZETIING (414) 362-2382 Mfgr/Contractor Address: 8200 W.TOWER AVENUE,MILWUAKEE,WI 53223 Dealer/Rep address/phone number:(414) 362-3262 FSS Contract Number: V797P-2239D [8J The requested material or service represents the minimum requirements of the Government. {1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs VA Caribbean Healthcare System 10 Calle Casia San Juan,Puerto Rico 00921-3201 VISN: S (2)IAW FAR 8.405-6(c)(2)(ii ) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Request for other than full and open competition for the purchase of the MUSE v8 Cardiology Information System upgrade for the capture, storage. and management of ECG, Holster, and Stress Test tracings and results. The MUSE Cardiology I nformation System software i s composed of 25 licenses, server upgrades, stress module upgrades, Holster module upgrades, ECG/Stress/Holster configuration, i nstallation, project management, and onsite trainings among others. (3)(a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY' S NEED: The contractor shall provide all technical expertise (training), labor, parts, materials server software, hardware and upgrades,supervision,travel and all necessary resources needed to upgrade the Muse (Marquette Universal Storage Electrocardiography) unit manufactured by GE Healthcare. (b)ESTIMATED DOLLAR VALUE: $ 162,567.20 (c)REQUIRED DELIVERY DATE: as soon as order is awarded. (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. 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 equipment on hand requires a software upgrade (v.8) to be up to standards and have the latest technology to better serve our patient population; there are no other software or hardware that can be i ntegrated on this system manufactured by GE they hold the patent and do not allow any small business or other businesses to sell or service their equipment. See e-mailattached as proof of sole source. A 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.) The applications software used for capturing, storing,and retrieving ECG waveforms i s proprietary to GE Healthcare and no other support vendor can obtain install or sell the required products/services. There is no other potential source qualified or certified to perform installation or maintenance on this system since GE has proprietary rights to the software used to maintain the equipment. These are "direct replacements" parts/components for existing equipment. The system upgrades are direct replacement components for the system already i n use at this faci lity. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performi ng. Describe the equipment/function on you have now and how the new item/service must coordinate, connect, or interface with the existing system. The specific reason for restricting competition i s that GE Healthcare i s the manufacturer of the MUSE system and its critical hardware I software. The applications software i s used for capturing, storing, and retrieving ECG waveforms and is proprietary to GE Healthcare and no other support vendor can obtain sell or service. Displaying the waveforms on CPRS depends on this proprietary software that the MUSE system utilizes. The Network currently utilizes GE MUSE ECG Management System to store Holster tests, stress tests, and electrocardiograms; these components were installed I upgraded at the San Juan VAMC in 1994. The use of non GE ECG Management Systems is incompatible with the existing hardware I software. Although the VA technical staff supports part of the system related to the windows operating system used, the complexities of the entire system prevent the VA technical staff from maintaining and upgrading solely in house, and there is no other known contractor with the knowledge and expertise on the files and interface streams function. _0The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order w; An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. The upgrade is required since the current system is about to exceed the space limit for data storage. In the event that this should happen, we will lose critical clinical data that would not be replaceable, would jeopardze patient care, and subsequently expose our facility to medico-legal consequences. (4) 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: Thi s contractor will provide i nformation {i.e.other than cost or pricing data), which could i include commercial price lists and prices for simil ar or the same services provided to other customers, to assist the Contracti ng Officer i n determining i f the contractor's proposed price i s fair and reasonable for the services to be provided. The Contracti ng Officer anticipates the cost of this procurement to be fair and reasonable. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: In accordance with FAR 10.002, market research was conducted toidentify any other sources for this maintenance/upgrades. Market research consisted of an internet search and a search of GSA and VA Federal Supply Schedule contracts.No existing contracts that include software support for the GE MUSE were identified. A search of the FBO website was conducted as well.Solicitation notices posted by other VHA VISNs and other federal agencies purchasing this service were found on FBO and they were all issued under the authority of FAR 6.302-1 or FAR 8.405-6. {7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: VACHS San Juan currently own 34 GE ECG machines that transmit data via disc or wireless to the GE MUSE system; upgrading the system i s cost effective and prevent delay or l oss of data; the other option available is to replace all equipment on hand this will increase cost and may cause difficulties to patients and staff while the transition to the new equipment takes place, i t will require traini ng to staff and biomedical personnel also availability or loss of data while transitioning to new equipment may cause medico/legal problems to our facility. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATI ON BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICESIS MADE: Digitally signed by ROLANDO ARCE ROLANDO ARCE DN: c=PR, cn=ROLANDO ARCE Date: 2014.06.19 10:28:48 -04'00' SIGNATUREDATE NAME DIRECTOR, SAO X f. VHA HCA REVIEW AND APPROVAL (over $500,000 to $10 million): 1 have reviewed the foregoing ju stification 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 t o fewer than the number required by FAR Subpart 8.4 NAME Chief Procurement and Logistics Officer VHA Head of Contracting Activity (HCA) DATE g. VA Deputy Senior Procurement Executive Approval ($10 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 a nd belief and approve for restricting consideration of the Federal Supply Schedu le contractors to fewer than the number required by FAR Subpart 8.4 C. FORD HEARD Deputy Senior Procurement Executive (DSPE) DATE h.VHA Senior Procurement Executive Approval (over $50 million): I have reviewed the foregoing justificat ion 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. JA N R. FRYE Deputy Assistant Secretary Office of Acquisition and Logist ics Senior Procurement Executive (SPE)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56907bc186aced6304ef362e39ab2914)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797P-2239D VA248-14-F-3853 V797P-2239D VA248-14-F-3853_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1470375&FileName=V797P-2239D-017.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1470375&FileName=V797P-2239D-017.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797P-2239D VA248-14-F-3853 V797P-2239D VA248-14-F-3853_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1470375&FileName=V797P-2239D-017.docx)
- Record
- SN03414153-W 20140704/140703004138-56907bc186aced6304ef362e39ab2914 (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 |