DOCUMENT
65 -- STL -Six Dental Suites J&A Brand Name Modification - Attachment
- Notice Date
- 4/22/2016
- Notice Type
- Attachment
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25516Q0417
- Response Due
- 4/28/2016
- Archive Date
- 5/28/2016
- Point of Contact
- Capps, Penny Penny.Capps2@va.gov
- E-Mail Address
-
Penny.Capps2@va.gov
(Penny.Capps2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: VA255-16-AP-26971A. PROJECT/TASK No. 657-16-2-8543-0102 1B. ESTIMATED AMOUNT: $92,992.45 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: The proposed action is for an award of a brand name firm fixed-price delivery order for the procurement and installation of A-Dec dental chairs, dental chair mounted monitors, delivery systems and assistant's delivery systems. This procurement is necessary for the emergency replacement of unusable dental equipment at both the John Cochran and Jefferson Barracks Division and for the activation of 3 new dental rooms at the John Cochran Division. The 3 current rooms are at risk of being shut down because of damaged equipment that does not meet certain standards. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: It was determined that only A-dec equipment can meet all of the St. Louis VA's requirements for the dental chairs and delivery systems. Half of this order is directly replacing A-dec dental chairs and delivery systems in current dental rooms located in the John Cochran and Jefferson Barracks Divisions. Since these replacements need to be compatible with other equipment in the current rooms, there is only one responsible manufacturer and no other supplied or services will satisfy. Also, for the three new rooms for the dental clinic expansion, only one source is compatible with the projected cabinetry and no other supplies and services will satisfy. Procuring any other type of equipment will cause a disturbance in work flow, disturbance in patient care, will require additional purchases of accessories and additional training will be required. The two current rooms in the John Cochran Division and the one current room at the Jefferson Barracks Division all have A-dec 12 O'clock dental assistant's delivery systems that are mounted to A-dec Preference Collection 5580 cabinetry. It is required that the 12 o'clock cabinetry match the assistant's delivery system because of mounting restrictions. It is required that the assistant's delivery system match the traditional delivery system at the dental chair because delivery systems must be from the same company in order to seamlessly perform procedures on a patient. It is a requirement that the traditional delivery system match the dental chair because of mounting and functionality restrictions. It is a requirement that the mounting monitors match the dental chairs because of mounting restrictions. For the three new rooms that are being constructed, they are being built to replicate the 8 current dental rooms in the John Cochran Division. This includes the type of examinations and procedures that will be performed. This also includes the type of cabinetry that will be installed in these three new rooms. The current plan is to purchase identical cabinetry to the current room configuration. Because of this, the plan would be to purchase the A-dec Preference Collection 5580 cabinetry that will be located at the 12 O'clock position. The only compatible assistant's delivery system to this cabinetry is the A-dec 545 12 O'clock Assistant's Instrumentation. Because of the above listed restrictions, it is required that all the equipment that is purchased must be manufactured by A-dec. This will allow the dental clinic to have the same equipment in all 10 dental rooms at the John Cochran Division. This will result in a seamless process for the dental clinic staff and patients for their examinations and treatment. A-dec is the only manufacturer that has the unique qualifications and equipment that the St. Louis VA requires in order to obtain the best value for this project and to successfully complete this project in a timely manner. Current dental rooms at both the dental clinics at the John Cochran and Jefferson Barracks division all have A-dec cabinetry, dental chairs and delivery systems. The three dental chairs and three traditional delivery systems that are replacing current equipment are all going in rooms where A-dec cabinetry and assistant's delivery systems are already installed. These rooms have the Preference Collection 5580 cabinetry installed along with the A-dec 545 12 O'clock Assistant's Instrumentation. These two items are mounted together through a special mount meant for these two items. No other delivery system has the ability to mount to the Preference Collection 5580 12 O'clock cabinetry. Next, the A-dec 545 12 O'clock Assistant's Instrumentation and the A-dec 532 Traditional Delivery Systems need to be from the same manufacturer because they are both delivery systems in a single room. They cannot be from different manufacturers because of examination/procedural restrictions, workflow interference and functionality restrictions. Because of this, it is required that all rooms have the A-dec 532 traditional delivery systems. Along with the traditional delivery systems, the only compatible dental chair is the A-dec 511 dental chair. These two pieces of equipment are made for each other and are meant to be installed together. Next, monitor mounts are needed on all of the dental chairs in order to display clinical images and data during examinations and other procedures. The only mounts that are compatible with the A-dec 511 dental chair are A-dec monitor mounts. The three new rooms are being constructed to replicate the 8 current dental rooms in the John Cochran Division. This includes the type of examinations and procedures that will be performed. This also includes the type of cabinetry that will be installed in these three new rooms. The current plan is to purchase identical cabinetry to the current room configuration. Because of this, the plan would be to purchase the A-dec Preference Collection 5580 cabinetry that will be located at the 12 O'clock position. The only compatible assistant's delivery system to this cabinetry is the A-dec 545 12 O'clock Assistant's Instrumentation. Because of the above listed restrictions, it is required that all the equipment that is purchased must be manufactured by A-dec. This will allow the dental clinic to have the same equipment in all 10 dental rooms at the John Cochran Division. This will result in a seamless process for the dental clinic staff and patients for their examinations and treatment. Procuring and installing A-dec equipment represents the best value consistent with FAR 8.4 because the facility has gone through extensive research to determine the best value option available. Quotes have been obtained from other manufacturers in order to determine what equipment they had to offer and the pricing. The A-dec equipment for all of the required equipment has similar cost values of other manufacturers. The main difference is that if another manufacturer is chosen, their equipment will not be compatible with the current room equipment and set up. Along with that, the new manufacturer equipment will require the purchase of additional training, purchase of a completely new set of disposables that will have to be regular stocked and disturbance of workflow.Because of these reasons, the best value option would be to go with A-dec manufactured equipment. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: The Government's technical experts conducted research in order to determine the types of dental chairs and delivery systems out there. Once facility market quotes were received, the respective products were investigated in order to determine if these units would be compatible in the facility's current room setup. After looking through product brochures and manuals, it was determined that the only compatible manufacture that will meet all of the St. Louis VA's needs is A-dec. Contracting conducted market research and there was more than more than one source to obtain the A-dec dental suites. These included A-Dec Inc., Paterson Dental and Henry Schein all are authorized distributors or manufacture. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Penny Capps 04/21/2016 Contracting Officer NCO 15
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516Q0417/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-Q-0417 VA255-16-Q-0417_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2688462&FileName=VA255-16-Q-0417-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2688462&FileName=VA255-16-Q-0417-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-16-Q-0417 VA255-16-Q-0417_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2688462&FileName=VA255-16-Q-0417-003.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Saint Louis VAMC, John Cochran;915 N Grand Blvd, BLDG 1;Saint Louis, MO
- Zip Code: 63106-1621
- Zip Code: 63106-1621
- Record
- SN04093345-W 20160424/160422234645-b58364b1278d125e3401eb5486b42ae2 (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 |