Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

J -- Sole Source Justification to GE Healthcare for VA Loma Linda Healthcare System - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q1807
 
Archive Date
10/12/2017
 
Point of Contact
Monica Griffin
 
E-Mail Address
6-2232<br
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 3 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA262-17-AP-10001 Contracting Activity: The Department of Veterans Affairs, VISN 22 Network Contracting Office 22, VA Loma Linda Healthcare System (VALLHS) is submitting a justification for other than full and open competition to enter into a firm fixed price (FFP) contract for maintenance and repair services in support of the GE MUSE system. Purchase Request Number: 605-18-1-027-0009. Nature and/or Description of the Action Being Processed: The Contractor shall provide maintenance and repair services for the Government owned GE Muse System. A firm fixed price contract is contemplated for award to GE Healthcare, 3000 N. Grandview Blvd., Waukesha, WI 53188. Description of Supplies/Services Required to Meet the Agency s Needs: This procurement is to provide maintenance and repair services for the GE Muse System. The Government owned Muse System is used in the Cardiology Department at VALLHS and is vital for the treatment of patients. The Muse System is a combination of hardware software equipment dedicated to help diagnose the patient s heart. The Contractor is required to install and upgrade the software, replace and calibrate the equipment, replace defective parts, ensure patient data (images) are uploaded in the system, maintain the equipment and ensure it is in optimum working condition. This contract is vital to VALLHS and if not awarded could risk patient s health by not allowing physicians to give an accurate diagnosis. A firm fixed price contract is needed to maintain the equipment to prevent delays in patient diagnosis and treatment. The estimated cost of this contract for a base year plus two (2) option years is $135,490 for the period of October 1, 2017 through September 30, 2020. Statutory Authority Permitting Other than Full and Open Competition: (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; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): GE Healthcare is the original manufacturer of the Muse Systems and holds the proprietary rights to all equipment parts, hardware, software and licensing. GE has the following logistical components: a software interface engine, database, and viewing system. All of these components are supplied and licensed by GE Healthcare. A third party vendor would not be able to compete with this requirement, as access to the software, parts and hardware is proprietary and restricted by GE Healthcare. Additionally, GE Healthcare doesn t provide third party vendors authorization to repair and maintain the Muse System equipment. Accordingly, GE Healthcare is the only firm capable of providing the services described in Section III above without the Veteran's Health Administration experiencing unacceptable delays in fulfilling its requirements. Additionally, another Muse type system may exist but it would cost an expensive amount of monies for a replacement system, it would take up to twelve (12) months to install and more time to train staff. Furthermore, improper maintenance or repair by an unauthorized vendor may lead to voiding any warranties and may lead to inaccurate readings and misdiagnoses of patients. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable A sources sought notice (VA262-17-N-1719) was issued on www.fbo.gov from August 11, 2017 through August 21, 2017 requesting interested Service Disabled Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses and Women Owned and there were no responses. A search on Vetbiz was conducted on August 28, 2017 resulted in over two thousand contractors. I called eight (8) companies (six (6) of them did not answer). The other two (2) companies (i)1102 Co-only provides maintenance and repair on sirens and lights on police vehicles and (ii) 4Wardtech Inc. provides software development. Many of these companies that are listed on Vetbiz are listed under maintenance and repair resulted in the following: (1) cannot provide maintenance and repair of medical equipment and (2) are not capable to provide the software licensing or parts required for the equipment. An intent to sole source was issued on www.fbo.gov from August 21, 2017 through August 30, 2017 and there were no responses. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated total dollar amount of this procurement is $135,490 for a base plus two (2) option years. The Contracting Officer relied on VA San Diego Healthcare System s (VASDHS) contract to determine fair and reasonable pricing. VASDHS contract (VA262-15-C0042) total amount was $113,091.12 ($37,697 each year) for three (3) years (January 1, 2015 through December 31, 2017). Pricing did not include a one-time fee of $11,500 for software certification. Due to inflation rates, prices have increased to meet standard market industry rates. The contracting officer has determined that the price is considered fair and reasonable as pricing did not increase more than two (2) percent for maintenance and repair services. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: As described in Section VI above, in accordance with FAR Part 10, market research was conducted through GSA, SBA, Vet Biz, by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. It was determined that no contractors other than GE Healthcare could provide the software and equipment maintenance services required for the Muse System. Any Other Facts Supporting the Use of Other than Full and Open Competition: As this is a GE Healthcare proprietary system, no other sources are capable of meeting this need. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See Section 6 above. 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: None. Overcoming barriers of competition is not feasible at this time, as no other vendors are able to provide licensing, software updates and parts. The contracting officer will annually research additional systems other than the GE Muse System and ensure that this is the best procurement method. In the future, the requesting service shall research similar systems from other companies who will have the ability to access licensing, software updates and parts; therefore, competition cannot be realized at this time. 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. _____________________________ ________________________ Name: Bryan Zohn Date Title: Biomed Equipment Support Specialist Facility: VA Loma Linda Healthcare System Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Name: Monica Griffin Date Title: Contracting Officer Facility: Network 22 Contracting Office
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q1807/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-C-0266 VA262-17-C-0266_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788513&FileName=VA262-17-C-0266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788513&FileName=VA262-17-C-0266-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04673900-W 20170914/170912232730-915bc0a73f3f1710973070a9f0e0f8a9 (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  © 1994-2020, Loren Data Corp.