Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

65 -- 553-17-3-063-0120 - Fluid Warmer - Justification and Approval (J&A)

Notice Date
8/4/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
 
Solicitation Number
5061730630120
 
Archive Date
9/3/2017
 
Point of Contact
Michele R. Bartelt, Contracting Officer
 
Small Business Set-Aside
N/A
 
Award Number
VA250-17-P-4203
 
Description
Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 4: Single Source Justification for SAP under $150K OFOC SOP Revision 05 Page 1 of 2 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: VA250-17-AP-9703 1A. PROJECT/TASK Number: Not Applicable 1B. ESTIMATED AMOUNT: $57,900.00 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: This is a Single Source request to purchase two (2) 8N1 Fluid Warmer Systems (MPN): 8N1. These items are utilized by the healthcare facility to warm fluids, crystalloid, colloid, or blood product, prior to being administered (intravenously or by other parenteral routes) to body temperature levels to prevent hypothermia in physically traumatized or surgical patients. The 8N1 Fluid Warmer System is manufactured and distributed by Medical Solutions 3901 Centerview Drive, Suite L, Chantilly, VA 20151. This item is required to be delivered to the facility on or before July 31, 2017. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: While there are other IV fluid warming devices on the market (Enthermic s IV Now and Pedigo P-series) the 8N1 ® cabinet is the only device of its size that can hold eight 3L fluid bags, that will date/time stamp the bags of fluid as they are placed into the cabinet. This is a critical component in maintaining patient safety. Warmed fluids are to be discarded after 14 days. This computerized feature informs the surgical and trauma teams, which bag to use first and bay area to pull the fluid from, as well as which bay area to pull and discard fluids. This item is proprietary to Medical Solutions. The facility currently uses this existing brand of fluid warming cabinet its Operating and Trauma Rooms. By using the same style/brand, eliminates the need for additional training that would be required if another type were to be used at the facility and costly to the federal government to replace units and provide training to the staff. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Market research was conducted utilizing VetBiz, MedSurg, GSA Advantage, and the Internet. The market research has shown that Medical Solutions is a Small Business that is the manufacturer and sole distributor for this product. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Signature: ______________________________ Date: August 4, 2017 Name: Michele R. Bartelt Title: Contracting Officer Network Contracting Office (NCO): 10
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/5061730630120/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA250-17-P-4203 VA250-17-P-4203_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712611&FileName=-11295.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712611&FileName=-11295.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04613581-W 20170806/170804231703-6886fa5ad2b8b8195dd00f663f83c30b (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.