Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
DOCUMENT

99 -- LIMITED SOURCES JUSTIFICATION for Omnicell ™ Supply Management Cabinets for the new Monterey Joint VA/DoD Integrated Health Care Clinic (HCC). Notice of Intent to Award on or about 08/28/2015. - Attachment

Notice Date
8/12/2015
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26115AP2690
 
Archive Date
9/12/2015
 
Point of Contact
Stephanie Hicks
 
Small Business Set-Aside
N/A
 
Award Number
V797D-30111 VA261-15-F-1458
 
Award Date
8/28/2015
 
Awardee
OMNICELL, INC.;590 E MIDDLEFIELD RD;MOUNTAIN VIEW;CA;94043
 
Award Amount
926,909.92
 
Line Number
ALL
 
Description
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. (1)(a) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: This is a limited sources justification for firm-fixed price delivery/task order (no options) against VA National Acquisition Center (NAC) Contract #V797D-30111 (MANDATORY Schedule 65 IIA) for twenty (20) new Omnisupplier cabinet systems (medical/surgical supply equipment) for the new Monterey HCC. (2)(a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: VAPAHCS is in the process of expanding the health care system with a Joint VA/DoD integrated health care clinic (HCC) ("Major General William H. Gourley VA-DOD Outpatient Clinic"). Monterey HCC is a three-story, 150,000 gross square foot building supported by VAPAHCS and will function as an outpatient clinic in the city of Marina, Monterey CA providing medical services (primary and specialty care, including medical/surgical subspecialty clinics, mental health care, audiology, physical and occupation therapy, ancillary and diagnostic service) will be available to approximately 80,000 military members and Veterans living on California's Central Coast. Omnisupplier cabinet systems are automated supply management cabinets that implement healthcare information technology (HIT) systems integrating seamlessly into the VAPAHCS to efficiently access and manage medical supplies through the VA legacy Generic Inventory Package (GIP) system and the Medical/Surgical Prime Vendor (MSPV) distribution center to provide real time supply status information allowing for efficient just-in-time supply deliveries. (3)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. 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. Omnicell is the ONLY authorized distributor of the Omnisupplier cabinet equipment. 1A patent, copyright or proprietary data limits competition. PROPRIETARY DATA: Integration with back-end information systems: Omnicell possess 1,250 live, proprietary software interfaces (G4 component which runs Windows 7 platform) designed and built specifically for Omnicell automation systems to expedite the integration of healthcare facilities' back-end information systems. This allows for proper accounting, coordination and management of the healthcare facility's procurement process. 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. Office of Logistics Management is centrally located in Palo Alto, CA (Palo Alto Office of Logistics Management) and provides total supply and logistical support for the whole Veteran's Affairs Palo Alto Health Care System (VAPAHCS). VAPAHCS consists of three (3) divisions (Palo Alto, Menlo Park and Livermore), seven (7) Community Based Outpatient Clinics (CBOCs) in Capitola, Modesto, Monterey, San Jose, Sonora, Fremont and Stockton and four (4) Vet Centers located in Modesto, Redwood City, San Jose and Santa Cruz. The new Major General William H. Gourley VA-DOD Outpatient Clinic is an expansion of VAPAHCS and will also be supported by Palo Alto Office of Logistics Management. In accordance with the Enhanced Distribution Model (EDM), Palo Alto Office of Logistics Management collaborated with the VA Office of Information & Technology (OI&T), and the Medical/Surgical Prime Vendor (MSPV) to develop an efficient, supply system infrastructure; the interface/infrastructure is enhanced by the Omnicell G4 software platform. The software platform employs standards for the exchange, integration, sharing, and retrieval of electronic health information which supports clinical practice and is configured to interface with both the Class 1 interface program (HL7) and with the VA legacy Generic Inventory Package (GIP) system. Collectively the systems provide real time supply status information permitting consistent and efficient just-in-time supply orders/deliveries to all VAPAHCS facilities. As stated earlier, the new Monterey HCC is an expansion of VAPAHCS, and will be supported by Palo Alto Office of Logistics Management. The requirement for automated supply cabinets which are capable of transmitting safe, dependable, reliable, and consistent supply status information to/from the VAPAHCS supply chain infrastructure is critical to maintaining the overall efficiency of VAPAHCS logistics system and omitting duplicate/inadvertent orders through two separate systems. Entertaining an open market competition at this point in time negatively impacts VAPAHCS because the replacement and integration of a second system, or a whole new system would far exceed the costs of authorizing a limited sole-source delivery order against a valid (based on competition) FSS NAC IDIQ Contract(Mandatory Schedule 65 IIA). Additional negative impacts of an open market competition: -Additional man-power will be required to support the establishment and operation of new system interfaces -VAPAHCS Facility would need to obtain and maintain two (2) separate logistics supply systems (currently VA legacy Generic Inventory Package (GIP) system), -Changing the division systems would incur significant duplication of costs, and affecting (3) divisions, seven (7) (CBOCs) and four (4) Vet Centers -Decreased efficiency of supply chain process -Potential confusion in resupply orders -Increased costs due to inadvertent/duplicate order transmissions -Disjointed reporting, billing, and receiving (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: CICA requirements have been met and all pricing under FSS contract V797D-30111 (Mandatory Schedule 65 IIA) has been determined fair and reasonable IAW FAR Subpart 8.4 procedures. In addition to meeting CICA requirements, the Omnicell system provides lower long term costs; provide latest software upgrades consistent with regulatory standards, and strictly adheres to established privacy principles, use of customer information guidelines and federal and state statutes and regulations regarding privacy and confidentiality, including those measures and practices required under the Health Insurance Portability and Accountability Act of 1996 (HIPAA). It is the best value to the government to purchase this equipment where the infrastructure is already in place medical supply management. (5)DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: VAHAHCS has looked in to an alternative to replacing existing cabinets; and the only alternative is to conduct a competitive procurement. Purchasing new equipment from Pyxis would result in a much higher cost than simply adding new cabinets to the existing VAPAHCS system. The Omnicell Supplier was found to be compatible and available under Mandatory Schedule 65 IIA, National Acquisition Center (NAC) Contract IDIQ Contract (V797D-30111). (6)ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The Omnibuyer application uses 128-bit encryption, HTTPS-SSL and password-protected user access. Their servers are located behind corporate firewalls and access is multiple password-protected. They have implemented a Privacy and Use of Information Policy and strictly adhere to established privacy principles, use of customer information guidelines and federal and state statutes and regulations regarding privacy and confidentiality, including those measures and practices required under the Health Insurance Portability and Accountability Act of 1996 (HIPAA). (7)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: MANDATORY SCHEDULE 65 IIA - has a National Acquisition Center (NAC) Contract IDIQ Contract (V797D-30111) available from 03/01/2013 to 02/28/2018. Based on the determination above, the Veterans Health Administration has no immediate plans to compete equipment task/delivery orders for Omnicell equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/Awards/V797D-30111 VA261-15-F-1458.html)
 
Document(s)
Attachment
 
File Name: V797D-30111 VA261-15-F-1458 V797D-30111 VA261-15-F-1458 SOLE SOURCE JOFOC NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2249389&FileName=V797D-30111-023.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2249389&FileName=V797D-30111-023.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03834633-W 20150814/150812234957-b18bbfa671ce1f882c87f81b632ea628 (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.