Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

65 -- Prosthetic Respiratory Supplies BPA - Justification and Approval (J&A)

Notice Date
5/9/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017Q0273
 
Archive Date
6/15/2017
 
Point of Contact
Ashley Nguyen
 
E-Mail Address
2-9898<br
 
Small Business Set-Aside
N/A
 
Award Number
VA260-17-A-0044
 
Award Date
5/1/2017
 
Description
Prosthetic and Orthopedic GAP Coverage BPA Page 4 of 4 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA260-17-AP-3838 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. Restricted to the following source: Manufacturer/Contractor: First Nation Group, LLC. Dba Jordan Reses Supply Company Manufacturer/Contractor POC & phone number: Wendy Tommelleo. (239) 308-1211 Mfgr/Contractor Address: 4566 HWY 20 E. Ste 208 Niceville, FL 32578 Dealer/Rep address/phone number: 4566 HWY 20 E. Ste 208 Niceville, FL 32578 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs Network Contracting Office 20________ 5115 NE 82nd Ave. Ste 203__________ Vancouver, WA 98662 VISN: _20 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Requesting approval to restrict competition in accordance with FAR 8.405 on the establishment of a VISN-wide Federal Supply Schedule Blanket Purchase Agreement for CPAP, prosthetic and orthopedic__ supplies and equipment for facilities located within VISN 20. (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: CPAP, prosthetic and orthopedic supplies and equipment formally supplied through the national Prime Vendor contract administers by the VA s Strategic Acquisition Center. Because the national contract has expired with no replacement established, it is in the best interest of the Government to establish a VISN-Wide Indefinite Delivery Vehicle. (b) ESTIMATED DOLLAR VALUE: $4,908,181.66 (c) REQUIRED DELIVERY DATE: May 1, 2017 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. Sole source awards to service-disabled veteran-owned small business concerns. In accordance with VAAR 819.7007 and 38 U.S. Code § 8127, it is the Contracting Officers determination that a sole source award to First Nation Group, LLC. Dba Jordan Reses Supply Company is in the best interest to the Government. The anticipated award price of the contract (including options) will not exceed $5 million; the requirement will be synopsized IAW FAR Part 5; the SDVOSB concern has been determined to be a responsible contractor with respect to performance; and award can be made at a fair and reasonable price. Specific 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. A 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.) These are direct replacements parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ The 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. The 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. An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (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: Due to the protest on the replacement national contract, establishing a local BPA represents the best value to the government by allowing the local facilities a streamlined method of purchasing life-saving respiratory items needed for veteran care. The VA will use non-warranted individuals with ordering officer delegations to place funded orders under the BPA allowing for the timeliest order placement possible. First Nation Group has historically been providing the required items as a subcontractor on the national contract with acceptable past performance and they have the required supplies in stock or can quickly obtain them to meet the rapid delivery requirements. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Initially market research was conducted indicating that there are 142 SDVOSBs listed under NAICS 339112 - Surgical and Medical Instrument Manufacturing in the Vendor Information Pages located at vetbiz.gov. However due to time constraints placed on the establishment of the BPA, it was determined that a Sole Source award should be provided to the SDVOSB, First Nation Group, LLC. Dba Jordan Reses Supply Company. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The BPA being contemplated has a six-month period of performance to allow the VA s Strategic Acquisition Center time to finalize a long-term national solution. (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: The requested BPA is being established for six months to provide coverage of items needed while the national award is finalized. However, if the national contract is not established prior to the local BPA s expiration, market research will be performed to determine if there is competition in the marketplace before awarding any subsequent actions. (9) 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. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. 04/27/2017 SIGNATURE DATE Bart Coleman Program Specialist VISN NAME TITLE SERVICE LINE/SECTION VISN 20 Northwest Network FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: a. CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. 04/27/2017 CONTRACTING OFFICER DATE Ashley Nguyen, Supervisory Contracting Officer NCO 20 ______________________________ NAME AND TITLE FACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE Stacia Nunn, NCO20 Acting Director of Contracting NAME AND TITLE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a639538d24c58455880b10afaec511ad)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA260-17-A-0044 VA260-17-A-0044_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484239&FileName=VA260-17-A-0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484239&FileName=VA260-17-A-0044-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04500849-W 20170511/170509234644-a639538d24c58455880b10afaec511ad (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.