Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
DOCUMENT

65 -- OMNICELL BPA - Justification and Approval (J&A)

Notice Date
5/3/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Archive Date
5/1/2016
 
Point of Contact
KIM COOPER
 
E-Mail Address
7-6730<br
 
Small Business Set-Aside
N/A
 
Award Number
VA259-16-A-0040
 
Award Date
4/21/2016
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in paragraph 3 below is unique and highly specialized, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below and supported in accordance with FAR 8.405-6(c). Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Omnicell, Inc. V797D-30111 Manufacturer/Contractor POC & phone number: Wendy Smith 951-206-8473 Mfgr/Contractor Address: 590 E. Middlefield Road, Mountain View, CA 94043 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs NCO 19 VISN WIDE_____________ VISN:19 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: NCO-19 proposes to establish a Blanket Purchase Agreement (BPA) with Omnicell Inc., 590 E. Middlefield Road, Mountain View California. The BPA will be established on a limited source justification in accordance with FAR 8.405-6 (c) based on the continuous need for unique and highly specialized equipment from Omnicell Inc. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: The VA facilities in VISN 19 which have automated point-of-use equipment are using the contractor's equipment exclusively, except for a purchased small pharmacy equipment suite in the Sheridan VAMC, and equipment from other sources would not be compatible with the VA systems and equipment in place, especially the critical supplies inventory and medication and controlled substance tracking. It would be inefficient to require the same facilities and Information Resource Management (IRM) to use and support different systems and equipment, and provide operating training on two brands of equipment that complete the same function. Both the equipment currently in place and the newer equipment offered under the current Federal Supply Schedule include a significant amount of information and automation technology which is regularly and continually upgraded and improved. This action will be for the lease of equipment from Omnicell, as Veterans Integrated Service Network (VISN) leadership made the decision in 2001 to lease such equipment thus avoiding obsolescence, maintenance, and training costs. This requirement is to provide automated point-of-use equipment for dispensing and managing medicines and critical supplies within medical center pharmacies, emergency rooms, laboratories, surgical suites, and nursing units of VISN facilities. This requirement includes but is not limited to the supply of cabinets, storage systems, pharmacy central systems, secure pharmacy systems for controlled substances, medication packaging systems, medication dispensing systems, point-of-use medication management systems, and the information technology hardware and software to connect these systems; provide inventory, control, and management of medications, supplies, and controlled substances and enable centralized supply management of these items. Use of such point-of-use systems has been determined to be cost effective, resulting in savings of direct costs for medicines and supplies and indirect costs of controlling, managing, inventorying, accounting for and resupplying medicines and supplies. In additional automated equipment of this nature can increase patient safety and professional efficiency. The VISN facilities with installed point-of-use equipment have experienced considerable cost savings from the automation and efficiency provided by these types of equipment, and the Acquisition and Materials Management Services have been able to improve their inventory and supply management functions at lower costs. VISN 19 stations requiring this capability. (554) Denver VAMC, 1055 Clermont St., Denver, CO 80220 (442) Cheyenne VAMC, 2360 E Pershing Blvd., Cheyenne, WY 82001 (575) Grand Junction VAMC, 2121 North Ave, Grand Junction, CO 81501 (660) Salt Lake City VAMC, 500 Foothill Dr., Salt Lake City, UT 84148 (436) Ft. Harrison VAMC, 3687 Veterans Drive, Fort Harrison, MT 59636 (666) Sheridan VAMC, 1898 Fort Road, Sheridan, WY 82801 (623) Jack C. Montgomery VAMC, 1011 Honor heights Drive, Muskogee, OK 74401 (635) Oklahoma City VAMC, 921 N.E. 13th Street, Oklahoma City, OK 73104 (b)ESTIMATED DOLLAR VALUE: (c)REQUIRED DELIVERY DATE: 1 April 2016 (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. (CHECK ALL THAT APPLY AND COMPLETE) 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. The incumbent contractor is Omnicell Inc., who provides this range of point ­ of-use equipment and capabilities. These various equipment applications are also connected with a coherent interface for end-to-end inventory and management, including controlled substances. These functions are further connected to and interfaced with the VA Vista system Omnicell is the only company that can provide the required units and services needed to be compatible with the existing equipment in the VA facilities. 0A 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.) Not Applicable 0These are "direct replacements" parts/components for existing equipment. Not Applicable____________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 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. These various equipment applications must be tied together with a coherent interface for end-to-end inventory and management, including controlled substances. These functions must further be connected to and interfaced with the VA Vista system. Omnicell units are the only products in the commercial marketplaces that can interface with the current programs in place at the VA facilities. If the VA were to replace the existing equipment it would be more than 3 times as expensive to complete. 0The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. Not Applicable 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Not Applicable (5) 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: The Contracting Officer has determined that the cost to the Government is fair and reasonable based on an analysis of the market and the Federal Supply Schedules for this category and Special Item Number (SIN). Further, this Blanket Purchasing Agreement is based on and refers to pricing from Federal Supply Schedule contract V797D-30111 (expires 28 Feb 2018) for which, by its terms, the pricing has been determined by the awarding Contracting Officer 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: Market Research was conducted through online searches of the NAC website, Federal Procurement Data System (FPDS), and FEDMINE) to confirm that Omnicell is still the only company that can lease or provide service on these units. Omnicell units are the only ones that interface with the current programs in place. The required duties to include market research will continue to be performed at each option year. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Not Applicable (8) 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: These various equipment applications must be tied together with a coherent interface for end-to-end inventory and management, including controlled substances. These functions must further be connected to and interfaced with the VA Vista system. VA will closely monitor the procurement and implementation of these point-of-use equipment and the cost savings, efficiencies, and functional gains from automation and distribution of functions. As the use of automation and information technology increases, there may be opportunities to find additional market competition for vendors in this field and, especially, to obtain additional small business suppliers. Each time a requirement arises from a VISN facility the Government will analyze the requirement statements to determine whether there are competitors for all or some portion of the requirements and will conduct continuing market surveys for purposes of obtaining competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98e6718fb14730ad9eb25f0b05f0879b)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA259-16-A-0040 VA259-16-A-0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2710155&FileName=VA259-16-A-0040-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2710155&FileName=VA259-16-A-0040-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04103621-W 20160505/160503234825-98e6718fb14730ad9eb25f0b05f0879b (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.