Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
DOCUMENT

65 -- Detroit omnicell expansion - Attachment

Notice Date
8/30/2017
 
Notice Type
Attachment
 
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
9/9/2017
 
Point of Contact
Chuck Lakin
 
Small Business Set-Aside
N/A
 
Description
Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 05 Page 1 of 7 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-8239 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 Inc. Manufacturer/Contractor POC & phone number: 1-800-910-2220 Mfgr/Contractor Address: 1201Charleston Road, Mountain View, CA 94043 Dealer/Rep address/phone number: The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs NCO 10_________________________ ___________________________ VISN: 10 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Purchase of Omnicell medication dispensing cabinets to enable secure storage for inpatients on selected 3 acute wings and the Community Living Center (CLC). (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 DISPENSER, SUBSTANCE CONTROLLED, XT (OMNICELL UNIT) EER 16932, EIL 270 (PHARMACY) LOCAL STOCK NUMBER: MED-CSD-001 6.00 EA $ $ Funding/Req. Number: 1 553-17-3-063-0110 0002 XT-48 BIN OPEN CONFIGURABLE DRAWER LOCAL STOCK NUMBER: MED-DRW-001 6.00 EA $ $ Funding/Req. Number: 1 553-17-3-063-0110 0003 XT 24-BIN OPEN CONFIGURABLE DOUBLE DEEP DRAWER LOCAL STOCK NUMBER: MED-DRW-002 6.00 EA $ $ Funding/Req. Number: 1 553-17-3-063-0110 0004 XT MED-6 BIN DOURBLE DEEP METAL LOCKING DRAW LOCAL STOCK NUMBER: MED-DRW-003 12.00 EA $ $ Funding/Req. Number: 1 553-17-3-063-0110 0005 XT MED 10-BIN METAL LOCKING LID DRAW LOCAL STOCK NUMBER: MED-DRW-004 12.00 EA $ $ Funding/Req. Number: 1 553-17-3-063-0110 0006 XT MED 18-BIN METAL LOCKING LID DRAWER LOCAL STOCK NUMBER: MED-DRW-005 30.00 EA $ Funding/Req. Number: 1 $92,261.40 553-17-3-063-0110 0007 XT MED 27-BIN METAL LOCKING LID DRAWER LOCAL STOCK NUMBER: MED-DRW-006 30.00 EA $ $ Funding/Req. Number: 1 $ 553-17-3-063-0110 0008 XT MED 36-BIN METAL LOCKING LID DRAWER LOCAL STOCK NUMBER: MED-DRW-007 18.00 EA $ Funding/Req. Number: 1 $ 553-17-3-063-0110 0009 XT MED 2-CELL CABINET LOCAL STOCK NUMBER: MED-FRM-102 6.00 EA $ $ Funding/Req. Number: 1 $ 553-17-3-063-0110 0010 SOLUTION INCLUDES THE FOLLOWING: XT MED 2-CELL CABINET, SW LICENSE SCHEDULED MEDS, SW LICENSE PROFILE OPTION, XT SCANNER, WIRED (1,2,3 CELL), XT CONSOLE BIOID, MED LBL AND RECPT PRNTER 1.00 EA Funding/Req. Number: 1 $ 553-17-3-063-0110 0011 XT EXTERNAL RETURN BIN, WIRED CAB MOUNT LOCAL STOCK NUMBER: MED-OPT-002 6.00 EA $ $ Funding/Req. Number: 1 $ 553-17-3-063-0110 0012 XT CSD ULTIMATE CASSETTE KT-42 LINE ITEM LOCAL STOCK NUMBER: MED-OPT-013 6.00 EA $ $ Funding/Req. Number: 1 $ 553-17-3-063-0110 0013 XT FLEXLOCK WITH 50 FEET CABLE, INSTALLED LOCAL STOCK NUMBER: SRD-OPT-012 6.00 EA $ $ Funding/Req. Number: 1 $ 553-17-3-063-0110 GRAND TOTAL (b) ESTIMATED DOLLAR VALUE: $ (c) REQUIRED DELIVERY DATE: 9/30/2017 (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. All of the rest of the dispensing carts at the John D. Dingell VAMC are Omnicell machines. The existing Omnicell machines will not be replaced for some time. The facility staff are already trained and familiar with the Omnicell machines and awarding to any other vendor s machines would risk continuity of care and patient safety. Purchasing the Omnicell machines allows for continued use of the same Standard Operating Procedures (SOPs) as well as the existing infrastructure for the current machines including servers, reports and other data outputs that the facility and Pharmacy staff are already familiar with. 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. See above 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: Contract pricing is already in place. Staff is already familiar with this type of equipment and the infrastructure to support this equipment is already in place. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Facility staff were asked what their opinions were of the different kinds of dispensing equipment. Of the vendors the staff had experience with, Omnicell was by far the preferred system of those compatible with CPRS. Omnicell has contract V797D-30111 in place. Omnicell was asked if they had any SDVOSB, VOSB, WOSB or HUBZONE Distributors and they stated that they did not. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None. (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: The requesting service will survey the market when a requirement like this one re-occurrs to determine if alternative sources are available. (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.) SIGNATURE DATE NAME TITLE SERVICE LINE/SECTION FACILITY (10) 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 a. 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, Contracting Officer NCO 10 ____________________________ NAME AND TITLE FACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE NCO 10 Director of Contracting Designee
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71d869578edde0d33ae85fb90280b782)
 
Document(s)
Attachment
 
File Name: V797D-30111 VA250-17-J-4585 V797D-30111 VA250-17-J-4585_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3765879&FileName=V797D-30111-050.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3765879&FileName=V797D-30111-050.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04655508-W 20170901/170830233302-71d869578edde0d33ae85fb90280b782 (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.