Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
DOCUMENT

J -- PREVENTIVE MAINTENACE OF DIGITAL RAD SYSTEMS - Attachment

Notice Date
5/22/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
email
 
Archive Date
5/18/2017
 
Point of Contact
Lorna L Craig, Contractor
 
E-Mail Address
2-9850<br
 
Small Business Set-Aside
N/A
 
Award Number
VA260-17-P-1424
 
Award Date
5/17/2017
 
Awardee
CORE MEDICAL IMAGING, INC.;6161 N E 175TH ST STE 201;KENMORE;WA;98028
 
Award Amount
$67,500.00
 
Description
Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 3: Request for Sole Source Justification Format >$150K OFOC SOP Revision 03 Page 6 of 6 Revision 03 Date: 10/27/2014 Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 3: Request for Sole Source Justification Format >$150K OFOC SOP Revision 03 Page 1 of 6 Revision 03 Date: 10/27/2014 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition (>$150K) Contracting Activity: Department of Veterans Affairs, VISN 20, Roseburg VA Medical Center Nature and/or Description of the Action Being Processed: for PR # 653-17-1-103-0019 This procurement is for Preventative Research for Portable Digital Xray Machines in accordance with FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies or Services Required to Meet the Agency s Needs: The service sought is for preventative maintenance on Three(3) Portable Digital Xray Machines. Statutory Authority Permitting Restriction in Competition: (X ) (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 ( ) (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; The authority for restricting competition on this procurement is under 41 U.S.C. Code 1901, as implemented by FAR 13.106-1(b)(2) for acquisitions of commercial items conducted pursuant to Subpart 13.5. Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The Digital X-ray system used by the Roseburg facility was assembled by CORE medical for facility use. CORE Medical retains proprietary rights to the onboard diagnosis software as well as part manufacture for replacement parts (see attached proprietary rights letter). This equipment and its service is highly specialized, as there are few manufacturers of this sensitive radioactive equipment. Using another vendor for this service would cause duplication of cost as that vendor would have to subcontract CORE medical for diagnostics programs that are proprietary, and would also cause unacceptable delays due to down time waiting for original manufacturer parts only carried by CORE Medical. Accordingly, Core Medical is the only firm capable of providing the supplies and services described in Section III above without the Veteran s Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. Description of Efforts Made to Ensure that Offers are Solicited from As Many Potential Sources as Deemed Practicable: Since Core Medical is the only firm with access to its proprietary rights protected software and original OEM parts, no additional offers were solicited. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: As per FAR 13.106-3 the price has been determined to be fair and reasonable by comparison with past contract pricing, as well as comparison with the independent government estimate. While these machines have previously been serviced under warranty, other contracts have been awarded for similar service of similar machines. VA260-15-F-0412 was awarded for similar services for another vendor on 10/01/2015 with no set aside for $45,680.00 for only 1 year of service for 1 similar machine, when expanded to 5 years service for 3 machines the total would have been 600k. This contract for service totals an estimated $350,000. The Governments IGCE was within 6% of the quoted price. Description of the Market Research Conducted and the Results, or Statement of Reasons Market Research was not Conducted (FAR 10): Limited Market research was conducted as per agency policy, including researching small businesses that work within the identified NAICS code; however the Core Medical s system was selected as the mobile x-ray system for the facility, and thus requires maintenance. Any Other Facts Supporting the Restriction of Competition: N/A Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: N/A Statement of 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: The equipment was originally purchased on a competitive basis, with only standard warranty included. In the future the agency can compete for purchasing this equipment with maintenance included for the expected life of the equipment, rather than purchasing maintenance separately after the warranty expires. Requirements Certification: I certify that the requirement outlined in this justification is a bonafide 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. _____________________________ ________________________ Name: Date Position: Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP: Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Name: Thomas M. Ebenhoh Date Contracting Officer VISN 20 Services 1 Acquisitions Team Director of Contracting/Designee (Required >$150K to $650K): I certify the justification meets requirements for other than full and open competition. ______________________ ________________________ Mary B. Accomando Date: Chief, Division 1 Contracting Network Contracting Office 20 (NCO 20)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e2c4948dd38d7e28ac310bf49d32a55)
 
Document(s)
Attachment
 
File Name: VA260-17-P-1424 VA260-17-P-1424_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516341&FileName=-10496.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516341&FileName=-10496.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04517634-W 20170524/170522235150-2e2c4948dd38d7e28ac310bf49d32a55 (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.