DOCUMENT
49 -- Copy of GE Radiology Maintenance Contract 10/1/2016 through 9/30/2017 - Justification and Approval (J&A)
- Notice Date
- 7/25/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Archive Date
- 10/1/2016
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
5-1506<br
- Small Business Set-Aside
- N/A
- Award Number
- V797P-6019B VA245-17-J-1033
- Award Date
- 10/1/2016
- Description
- Page 4 of 5 Notice Type: Justification and Approval (J&A) J&A Statutory Authority: FAR 6.302-1 - Only one responsible source (except brand name) Contract Award Date: TBD Contract Award Number: TBD Synopsis: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform service and maintenance to support the GE Healthcare radiology equipment (see table below) at the Washington DC Veterans Affairs Medical Center, 50 Irving Street NW, Washington, DC 20422 If you find this sole source acquisition not justified please respond to this posting by August 30, 2016 and supply the following via email to Vanessa.Jacobs@va.gov. STATEMENT OF CABABILITY: Submit a brief [ Five (5) pages or less] capability statement explaining your capability to perform services for the DC VAMC. Include past experience in performing these services for the VA, other Government (Federal or State) agency, or for a private medical facility BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the VetBiz Registry at www.vetbiz.gov. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 688-18-1-078-0002 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: GE Healthcare Manufacturer/Contractor POC & phone number: 202-740-4214 Mfgr/Contractor Address: 3000 N. Grandview Blvd., W443, Waukesha, WI 53188 Dealer/Rep address/phone number: John Thompson, JohnThompson@ge.com The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs Washington DC VA Medical Center_______ 50 Irving Street NW_________________ Washington, DC 20422 VISN: 5 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Award of a service contract to GE Healthcare for the GE Radiology equipment at the Washington DC VA Medical Center. (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: The Washington DC VA Medical Center possesses multiple imaging systems manufactured by GE Healthcare. This equipment is vital in evaluating, diagnosing, and treating our patients. Placing this radiology equipment under an annual contract with GE Healthcare that covers services and repairs throughout the year is the most economical and timeliest solution to ensure full functionality of this equipment. As the OEM, GE has the unique ability to provide both hardware and software support for the equipment that they manufacture. (b) ESTIMATED DOLLAR VALUE: $550,336.40 (c) REQUIRED DELIVERY DATE: 10/01/2017 (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) 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. GE Healthcare is the original equipment manufacturer of the GE Radiology equipment, and as such, they are uniquely qualified to provide replacement parts and technicians necessary to deliver the hardware and software support needed. GE Healthcare has provided the Washington DC VA Medical Center (DC VAMC) with services that are known to be accepted and satisfactory at the DC VAMC. 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: The pricing provided to the Government has been negotiated and deemed fair and reasonable by the National Acquisitions Center (NAC) and is in accordance with VA Contract V797P-6019B. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: No market research was conducted. As the OEM, GE Healthcare is uniquely qualified to provide parts and services for the GE radiology equipment. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: There are no other facts at this time. (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: There are no actions to overcome barriers at this time. (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. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94d5cd30159da1d648bf7a8094dc1f45)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797P-6019B VA245-17-J-1033 V797P-6019B VA245-17-J-1033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683925&FileName=V797P-6019B-038.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683925&FileName=V797P-6019B-038.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797P-6019B VA245-17-J-1033 V797P-6019B VA245-17-J-1033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683925&FileName=V797P-6019B-038.docx)
- Record
- SN04597407-W 20170727/170726043249-94d5cd30159da1d648bf7a8094dc1f45 (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 |