DOCUMENT
70 -- SUPPORT OF JAVA INSTRUMENT DRIVER MODULE Intent to Sole Source - Attachment
- Notice Date
- 9/22/2014
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914Q0765
- Response Due
- 9/26/2014
- Archive Date
- 10/26/2014
- Point of Contact
- Brian Ballard
- E-Mail Address
-
2-7078<br
- Small Business Set-Aside
- Total Small Business
- Description
- (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is: VA259-14-Q-0765, and it is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74B/75. (iv)This solicitation is restricted for total small business set aside. NAICS: 334111. (v)Contract Line Items: Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 JAVADV.18.SR SUPPORT OF JAVA INSTRUMENT DRIVER MODULE 1.00YR____________________________________ 0002Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 JAVADMS.18.SR SUPPORT OF JAVA DRIVER FOR DATA MANAGEMENT SYSTEM 1.00YR____________________________________ 0003Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 PDI-CLIN-US.18.SR SUPPORT OF JAVALIN/PDI CLINICAL US 1.00YR____________________________________ 0004Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 JRNET-BRQC.18.SR SUPPORT OF JRESULTNET BIO-RAD QC CONNECTION PACKAGE 1.00YR____________________________________ 0005Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 JRNET-ERULES.18.SR SUPPORT OF JRESULTNET ENHANCED RULES PLUGIN 1.00YR____________________________________ 0006Contract Period: Base POP Begin: 10/01/2014 POP End: 09/30/2015 JRNET-STD.18.SR SUPPORT OF JRESULTNET MIDDLEWARE STANDARD VERSION 1.00YR____________________________________ GRAND TOTAL__________________ NCO 19 and the Department of Veterans Affairs intends to award this contract as a Base +4 year award. Please attach subsequent option years with your offer. (vi)Performance Specifications: DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition Data Innovation North America 1.Contracting Activity: The agency responsible for this acquisition is the Veterans Health Administration (VHA), Eastern Colorado Health Care System (ECHCS). The contracting activity is to procure 24/7 software licenses and support for laboratory information systems middleware by the VHA Rocky Mountain Acquisition Center, Network Contracting Office 19, and 4100 E. Mississippi Avenue, Ste 900, Glendale, CO 80246. The Purchase Request Number is: Procurement Request Memo FY 15. Nature and/or Description of the Action Being Processed: The Department of Veteran Affairs proposes to enter into a contract on the basis of other than full and open competition for renewal of software licenses and maintenance support, including upgrades for a base year and two one-year option periods: October 1, 2014 through September 30, 2017. Sole source acquisition of supplemental contract provided by: Data Innovations North America, 2914 Cleveland Ave South, Fort Myers, FL 33901. Total cost for the contract is [REDACTED]. 2.Description of Supplies/Services Required to Meet the Agency's Needs: The procurement is to provide annual software maintenance and support for JResultnet; Bio-Rad QC modules, Enhanced Rules Plug-In and Javalin for Lab instruments that interface with CPRS at ECHCS Denver VAMC, 1055 Clermont Street, Denver, CO and Pueblo CBOC, 4112 Outlook Blvd., Pueblo, CO, 81008 at a total cost of [REDACTED]. This will allow the Lab to accomplish its mission objective of backing up and storing essential data from lab equipment into patient records in CPRS. Equipment is located in the Pathology and Laboratory Medicine Service. This supports the mission of the VA to provide timely, accurate and appropriate laboratory services in support of patient care by allowing data transmission from instrumentation directly into the patient laboratory information database. This is essential for reduction of clerical errors and delayed test result availability to clinicians that could endanger patient safety. 3.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; 4.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority: Data Innovations North America is fully qualified to provide the license and maintenance since the software is proprietary to Data Innovations JResultNet. Data Innovations JResultNet has performed reputably in the past and has supported this function since original installation in 2000. It is neither feasible nor cost effective to change the current software. P&LMS would have to buy entirely new middleware for all instruments at an estimated cost of at least $210,000 and at least 6 months of dedicated time to install and validate at an estimated cost of $83,845 for overtime to achieve this extreme task. Data Innovations JResultNet is also used for this purpose in other VAs nationwide. This kind of middleware may not be required when the VA Central Office releases the new national computer information system within the next 5 years making any changes even less cost effective. The system must be maintained to accommodate critical recordkeeping in CPRS. The potential harm to the government includes the loss of essential patient data and the compromising of patient records which would harm patients through delayed or inappropriate treatment. This software supports Lab equipment that interfaces with VISTA/CPRS records. Dawning is the only vendor supplying this software and support. 5.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Data Innovations North America confirmed that they are the only vendor authorized to supply support to the Data Innovations JResultNet on 6/11/14. This is proprietary software and not marketed through other vendors. 6.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated total dollar amount of the proposed acquisition is $19,051.20. Past procurement data described in this document support the determination of price reasonableness since this is no increase from last year. 7.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Far Part 10 directs that market research be conducted on each acquisition appropriate to the circumstances. The VA ECHCS has, in fact, done market research that was conducted for the purpose of determining if there were other suppliers of referral laboratory testing. On 6/11/14, a search was done of the GSA website (http://www.gsaelibrary.gsa.gov/ElibMain/ElibHome) to determine if there were any other vendors for support of Dawning middleware. None were found, in accordance with the statement of the vendor that this is proprietary software and cannot be supported by other vendors. 8.Any Other Facts Supporting the Use of Other than Full and Open Competition: Data Innovations North America has proprietary rights to this software. 9.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See Section VI above. 10.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: VA ECHCS does anticipate that there will be a subsequent procurements for this support and will compete should this software lose proprietary protection. 11.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. [SIGNATURE REDACTED] 12.Approvals in accordance with FAR 6.304 a.Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. [SIGNATURE REDACTED] b.NCM/PCM (Required $3K and above): I certify the justification meets requirements for other than full and open competition. [SIGNATURE REDACTED] (vii)Date and place of performance (FOB Destination): Place of Performance: Denver VA ECHCS 1055 Clermont Street Denver, CO 80220 Delivery: N/A (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix)The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (x)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. (xi)The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii)Any additional contract requirements or terms and conditions: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. (xiv)The Defense Priorities and Allocations System (DPAS) does not apply. (xv)Date and Time offers are due: Offers are due at 1400MST on 09/26/2014. (xvi)Name and telephone number of the individual to contact for information regarding the solicitation: Brian Ballard (Contract Specialist) | NCO19) 303-372-7078 brian.ballard@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914Q0765/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-Q-0765 VA259-14-Q-0765.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646699&FileName=VA259-14-Q-0765-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646699&FileName=VA259-14-Q-0765-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-Q-0765 VA259-14-Q-0765.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646699&FileName=VA259-14-Q-0765-000.docx)
- Place of Performance
- Address: Denver VA ECHCS;1055 Clermont Street;Denver, CO
- Zip Code: 80220-3808
- Zip Code: 80220-3808
- Record
- SN03522467-W 20140924/140922235824-fd4e700b810241b9addcbb1862d021a2 (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 |