DOCUMENT
65 -- Sterilizer /Steam Equipment - Attachment
- Notice Date
- 9/30/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
- ZIP Code
- 33410-6400
- Solicitation Number
- NA
- Archive Date
- 10/8/2016
- Point of Contact
- john.hull3@va.gov
- E-Mail Address
-
John.Hull3@va.gov
(robert.mott@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA248-16-P-3013
- Award Date
- 9/23/2016
- Awardee
- 1ST AMERICAN MEDICAL DISTRIBUTORS, INC.;151 HERITAGE PARK DR SUITE 201;MURFREESBORO;TN;37129
- Award Amount
- $898,022.00
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA248-16-AP-6913 1.Contracting Activity: Department of Veterans Affairs - VHA, VISN 8, SAO-East, Contracting Office Station 36C548, located at the West Palm Beach VA Medical Center, has been assigned purchase request 573-16-3-6454-0036 for Steam Sterilizers on behalf of the Malcom Randall VAMC, NF/SGVHS Medical Center in Gainesville, Florida. 2.Nature and/or Description of the Action Being Processed: The North Florida/South Georgia VA Medical Center in Gainesville, Florida requests authorization to process a sole source contract, citing: 41 U.S.C. 3304(a)(5), as authorized by 38 U.S.C. 8127(c)). This requirement is for the replacement of the main steam sterilizers in the SPD and also allows for the removal of all remaining ETO gas sterilizers from the same area. The Independent Government Estimate (IGE) for this requirement is $873,081.79. The NAICS code for this requirement is 339112 - Surgical and Medical Instrument Manufacturing, with a size standard of 1,000 employees. The PSC code is 6515 - Medical and Surgical Instruments, Equipment, and Supplies. 3.Description of Supplies/Services Required to Meet the Agency's Needs: The existing steam sterilizers (Serial Numbers 012850505, 012720504, 012400402) in the SPD are 10, 11, 12 years old, having been installed in 2006, 2005, 2004 respectively. This requirement calls for the removal of ETO gas sterilizers (Serial Numbers 031370706, 031430725, 0313010511, 013110504). These units have been out of service and must be removed completely. This requirement also involves the removal and replacement of a Low Temperature Sterilizer following the announcement from Advanced Sterilization Products that they will no longer be supporting this unit. The new sterilizers shall be compliant with the new AAMI standards of a 25lb tray validation. In an effort to minimize any additional work required, it was important to find steam sterilizers that could fit in the existing stainless steel modular wall enclosure and, if possible, use existing utility connections currently providing water, steam, drain, etc. to existing steam sterilizers, currently in use. The requirement also calls for the acquisition and installation of a fourth steam sterilizer to be located in the space currently occupied by the ETO gas sterilizers, which are to be removed. Another important aspect of this requirement is the installation of steam sterilizers that have the ability to create their own steam. In situations where the house steam needs repair and/or ongoing maintenance and in situations, specifically during the colder months, that in-house steam capacity cannot meet demand, these sterilizers can be switched over to create their own steam. The contractor shall, following all site preparations, uninstall existing steam sterilizers and properly decontaminate them in preparation for pick up and eventual trade-in. Contractor shall uninstall existing ETO sterilizers, as well. These will also be properly decontaminated and prepared for pick up and eventual trade-in. When existing sterilizers have been removed, the contractor shall uncrate, set in place, re-erect, and assemble the new steam sterilizers and new Low Temperature Sterilizer. Installation also includes final hook-up to utilities, operational check out test, necessary adjustments, and demonstration for SPD personnel. The old units will be used as the trade-in must be uninstalled by the contractor, which shall include the following: disconnect utilities, remove and transport unit to a location where it will be picked up and disposed of by the contractor. The contractor shall provide all materials and labor to prepare the old unit for shipping, including transport to the loading dock area, as determined by the VA. The estimated period of performance is within 120 calendar days after notification of award. 4.Statutory Authority Permitting Other than Full and Open Competition: Veterans First Contracting Program as authorized by 38 U.S.C. 8127 and 8128 (Pub. L. 109-461, as amended), implemented under subpart 819.70. ( ) (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 (X) (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; 5.Demonstration that the Contr ac tor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Proposed award of this contract is to 1ST AMERICAN MEDICAL DISTRIBUTORS, INC., a VIP Verified SDVOSB, is in the best interest of the Government and is based on the following: (1)The anticipated award price of the contract (including options) will not exceed $5 million; (2)The justification prepared pursuant to FAR 6.302-5(c)(2)(ii) shall be posted in accordance with FAR subpart 5.301(d); (3)The SDVOSB concern has been determined to be a responsible source with respect to performance; and (4)In the estimation of the contracting officer, contract award can be made at a fair and reasonable price that offers best value to the Government. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: While there are other contractors in Vetbiz.gov, A determination that only one SDVOSB concern is available to meet the requirement is not required per VAAR 819.7007(c). The Contracting Officer has determined that 1ST AMERICAN MEDICAL DISTRIBUTORS, INC. is verified and qualified SDVOSB with multiple favorable assessment reports in the Past Performance Information Retrieval System (PPIRS). Other actions taken to facilitate competition for this acquisition involved the posting of eBUY RFQ1098653, as a SDVOSB set-aside, by the NF/SG CO previously assigned this requirement. The solicitation was unsuccessful in providing any sources able to meet the existing need under their NAC/FSS contract. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Pending negotiation of a fair and reasonable price, it is expected negotiations will result in pricing which compares favorably to the independent government estimate. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was performed by the NF/SG CO, originally assigned this requirement, and demonstrates that Vetbiz.gov revealed 96 SDVOSB vendors under NAICS code 339112 that could possibly be able to provide this equipment. His review of GSA vendors under Category 65 II A, SIN A-89 showed 63 available contractors, 11 of which are SDVOSB. So, he subsequently posted his eBUY RFQ as a SDVOSB set-aside, but was unsuccessful in identifying any SDVOSB able to meet the need under their existing NAC/FSS contract. This requirement was later re-assigned to the West Pam Beach Contracting Office, where a VIP Verified SDVOSB, who is an authorized Steris Distributor, capable of meeting agency needs, was identified as 1ST AMERICAN MEDICAL DISTRIBUTORS, INC. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: N/A 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Multiple SDVOSBs exist in the VIP database; however, the determination whether to make a sole source award is a business decision wholly within the discretion of the contracting officer. A determination that only one SDVOSB concern is available to meet the requirement is not required. The CO has determined that a sole source award to 1ST AMERICAN MEDICAL DISTRIBUTORS, INC., under Veterans First Contracting Program as authorized by 38 U.S.C. 8127 and 8128 (Pub. L. 109-461, as amended), implemented under subpart 819.70 is in the best interest of the Government. 11.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: Any future SDVOSB sole source awards in the best interest of the VA will be rotated to other SDVOSBs determined to be responsible. 12.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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/Awards/VA248-16-P-3013.html)
- Document(s)
- Attachment
- File Name: VA248-16-P-3013 VA248-16-P-3013_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036088&FileName=-8828.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036088&FileName=-8828.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-P-3013 VA248-16-P-3013_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036088&FileName=-8828.docx)
- Record
- SN04294206-W 20161002/160930234234-539846f0aab4247fe05c5c3532eb2fe1 (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 |