DOCUMENT
65 -- Omnicells for clinics 583-17-3-997-0158 - Justification and Approval (J&A)
- Notice Date
- 6/8/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Archive Date
- 8/7/2017
- Point of Contact
- Kellie J Konopinski
- E-Mail Address
-
2-4330<br
- Small Business Set-Aside
- N/A
- Award Number
- V797D-30111 VA250-17-J-3272
- Award Date
- 6/8/2017
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 05 Page 10 of 65 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 OFOC SOP Revision 05 Page 4 of 9 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 05 Page 10 of 65 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA250-17-AP-6741 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: 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 Manufacturer/Contractor POC & phone number: 800-850-6664 Mfgr/Contractor Address: 12-1 CHARLESTON Rd, MOUNTAIN VIEW, CA 94043-1337 Dealer/Rep address/phone number: BRIAN ELO 317-694-7700 The requested material or service represents the minimum requirements of the Government. AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs ROUDEBUSH VAMC 1481 W 10TH ST____________ INDIANAPOLIS IN, 46202 VISN: 10 NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: This is for Omnicell cabinets for the use in outpatient, external clinics and anesthesia to help house and dispense medications located throughout the Richard L. Roudebush VAMC. Support services are included for one year as part of the purchase. (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: The complete list of Omnicell leased equipment and support services are listed on page 6. ESTIMATED DOLLAR VALUE: $381,425.36 REQUIRED DELIVERY DATE: 05/31/2017 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. 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. Omnicell is the only source for these cabinets for the following reason: This equipment is deployed throughout the Richard L. Roudebush VAMC. It would be unreasonable to purchase a different medication dispensing system to meet the needs of the facility. The facility has standardized other equipment to the Omnicell platform throughout the hospital. This requires one server to run all medications cabinets. The equipment is installed offsite at the Domiciliary located at Fort Ben. The Richard L. Roudebush has one server that will be used to run all Omnicell equipment. This will offer cost savings to the government. Previous Vendor and competitor (Medselect) had serious performance issues that resulted in DE installation of their equipment. The cost of switching the whole house system Indianapolis and the Domiciliary over to a new system would be very costly and the new system would not be compatible with other programs. The cost of switching over to a new system would very costly because of interruption of patient care and training new employees, nursing staff, and pharmacy staff. 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. Omnicell equipment is currently used by the Richard L. Roudebush VAMC. The equipment is already installed thru out the Richard L. Roudebush VAMC. There are many different types of equipment and pieces: carts, cabinets, tabletop machines, cabinet supplies, and packaging equipment. The VA employees and staff are trained on how to use all the different Omnicell equipment cabinets, supplies, tabletops, medications carts, and packaging system. Omnicell systems also provide valuable reports and records and data reports on dispensing data and serve as inventory 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. 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: Omnicell equipment and support Services are already installed and in use at Richard L. Roudebush VA. Using the same equipment allows us to use only one server which is a considerable cost savings to run both Richard L. Roudebush and the Domiciliary. Another important factor for the best value is that we already have the equipment installed and VA staff and employees are already trained on how to use many different types of Omnicell equipment and there would be no interruption in service and down time for switching the Omnicell equipment. Both cost of training and down time would not be recovered by competition. DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: There are a limited number of vendors with this type of equipment. Detroit and other VA also use Omnicell. Omnicell is on FSS pricing and is used in a huge fraction of VA already. When the contract was first started, market research was conducted. The only other vendor with the same capacity as Omnicell was Pyxis. Pyxis was the previous vendor the VA Health Care System was using and had serious patient interface issues that resulted in de-installation of their equipment so they were not a choice for us to use. Price was being the fair and reasonable based on established FFS pricing. ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This is a total solution to medication management and data system. There are a lot of other functions and reports available to use. Omnicell is not something you can just stop using without affecting the dispensing of patient medication and interruption in services. 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: Every effort is made to insure competition. In this particular instance the equipment lease and support services are already in existence. Using this equipment is taking a system approach to improve patient and medication safety. 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. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) SIGNATURE DATE Program Specialist, Pharmacy Services Richard L. Roudebush VAMC. APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: This part if filled out by Contracting Staff as part of the Justification CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE Kellie Konopinski Contracting Officer, NCO 10 Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE James J. Hallock NCO 10 Director of Contracting Designee ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 Omnicell 1-cell V797D-30111 FORCE: VA-17-072371 LOCAL STOCK NUMBER: MDA-FRM-001 2.00 EA 0002 8-BIN LOCKING DRAWER V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-DRW-004 2.00 EA 0003 OMNIRX HALF-CELL G4 V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-FRM-004 6.00 EA 0004 OMNIRX-TT G4 V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-FRM-006 4.00 EA 0005 EXTERNAL RETURN BIN INSTALLED V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-OPT-001 12.00 EA 0006 BEST PRACTICE PACKAGE V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-OPT-006 2.00 EA 0007 2D SAFETYSTOCK G4 (OMNIRX, TT, HALF RX) V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-SCN-003 10.00 EA 0008 2D SAFETYSTOCK G4 (1,2,3 CELL) V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MDA-SCN-004 2.00 EA 0009 FLEXLOCK WITH TEMPCHECK (50FT) INSTL,2.0 V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: MSA-OPT-014 12.00 EA 0010 OMNIEXPLORER (PER CT CABINET) V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OEXPLCT 12.00 EA 0011 12-BIN LOCKING DRAWER V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OLL12 6.00 EA 0012 24-BIN LOCKING DRAWER V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OLL24 6.00 EA 0013 6-BIN LOCKING DRAWER V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OLL6 2.00 EA 0014 24-BIN LIGHTED MATRIX DRAWER V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OLMD24 20.00 EA 0015 THREE DRAWER PHARMACY MODULE V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OS3DRXU 6.00 EA 0016 PROFILE DRIVEN OPTION LOCAL STOCK NUMBER: OSPPO 2.00 EA 0017 NINE DRAWER PHARMACY MODULE V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: OSRXU 2.00 EA 0018 SCHEDULED MEDS V797D-30111 VA-17-072371 DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: SCHMEDS 12.00 EA 0019 TOUCH & GO FOR G4 LID CONSOLE V797D-30111 VA-17-072371 PLEASE DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: SRD-IDR-021 10.00 EA 0020 WEB BROWSER V797D-30111 VA-17-072371 PLEASE DELIVER TO WAREHOUSE EIL 270 LOCAL STOCK NUMBER: WB1CT 12.00 EA 0021 SUPPORT SERVICES V797D-30111 VA-17-072371 PLEASE DELIVER TO WAREHOUSE EIL 270 1.00 EA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c94823cd822255ffb61125419ae8606a)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797D-30111 VA250-17-J-3272 V797D-30111 VA250-17-J-3272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3562846&FileName=V797D-30111-044.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3562846&FileName=V797D-30111-044.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797D-30111 VA250-17-J-3272 V797D-30111 VA250-17-J-3272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3562846&FileName=V797D-30111-044.docx)
- Record
- SN04538407-W 20170610/170608235602-c94823cd822255ffb61125419ae8606a (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 |