DOCUMENT
65 -- SOMNOSTAR DIAGNOSTIC SLEEP SYSTEM VAMC SALISBURY, NC - Justification and Approval (J&A)
- Notice Date
- 8/2/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Archive Date
- 8/22/2017
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- N/A
- Award Number
- VA246-17-P-7193
- Award Date
- 8/2/2017
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA246-17-AP-10714 Contracting Activity: Department of Veterans Affairs (VA) Network Contracting Office 6, on behalf of the Salisbury VA Medical Center in Salisbury, North Carolina, intends to procure Carefusion Brand Diagnostic Sleep System, under purchase request number 659-17-3-098-0266. Nature and/or Description of the Action Being Processed: The objective of this request is to procure for a Carefusion brand Somnostar ® Diagnostic Sleep System by means Other Than Full and Open Competition, for delivery to the VA Medical Center, 1601 Brenner Avenue, Salisbury, North Carolina 28144. A new contract, firm-fixed-priced, is planned for this one-time equipment procurement. This procurement for the provision of Carefusion Brand Diagnostic Sleep System is in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically 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/Services Required to Meet the Agency s Needs: VA Medical Center at Salisbury, North Carolina has need for additional sleep study equipment to meet increased patient workload; additional Carefusion Brand Diagnostic Sleep System of the same brand and specifications as the existing equipment are required to meet the mission. The estimated value of this procurement is. This procurement will be awarded to TrillaMed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). Statutory Authority Permitting Other than Full and Open Competition: 41 USC §3304(a)(1), as implemented by FAR 6.302-1. (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 applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): VAMC Salisbury has standardized diagnostic sleep study equipment to the Carefusion brand. The medical center requires the additional Brand Name equipment to meet increased workload demand, and must ensure compatibility with existing equipment, as well as maintain continuity of repair and maintenance processes for Biomedical Engineering staff. Additionally, Brand Name equipment will allow for continuity of standard operating procedures for the clinical staff using this equipment. This action is supported under 38 U.S.C. 8127(c) with regards to Sole Source Contracts for Contracts Above the Simplified Acquisition Threshold. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Internet searches at FPDS, FBO, and DSBS were conducted to determine sources capable of the provision of the Brand Name equipment. Further due diligence indicates only one veteran-owned small business (TrillaMed LLC) is authorized by the manufacturer to distribute the required equipment. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost will be considered fair and reasonable based on the comparison to the Independent Government Cost Estimate and historical procurements for the same or similar equipment at the Salisbury Medical Center as well as other VISN 6 sites of care. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: As described in Section 6 above, market research, in accordance with FAR Part 10, was conducted by internet searches and review of past procurements of the same or similar nature. Any Other Facts Supporting the Use of Other than Full and Open Competition: There are no further facts supporting this Justification other than those previously stated. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: As authorized sources are known to the Contracting Officer, no sources have expressed interest in writing. 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: There are no actions known presently which may be taken to overcome any barriers to competition. 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. 13. Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5d55755931c49be6e030a46fb29db43c)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA246-17-P-7193 VA246-17-P-7193_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3706631&FileName=-11267.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3706631&FileName=-11267.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-P-7193 VA246-17-P-7193_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3706631&FileName=-11267.docx)
- Record
- SN04608873-W 20170804/170802232034-5d55755931c49be6e030a46fb29db43c (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 |