Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SPECIAL NOTICE

J -- FA7000-14-C-0015-P00008 Notice of Intent to Sole Source - CareFusion Pharmacy PYXIS Equipment

Notice Date
9/14/2017
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-14-C-0015-P00008
 
Archive Date
10/7/2017
 
Point of Contact
Pamela A. Reimers, Phone: 7193334493, Chad D Miller, Phone: 7193332799
 
E-Mail Address
pamela.reimers@us.af.mil, chad.miller.24@us.af.mil
(pamela.reimers@us.af.mil, chad.miller.24@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO SOLE SOURCE The 10th Contracting Squadron (10 CONS/PKB), United States Air Force Academy (USAFA) intends to award the six (6) month extension on contract FA7000-14-C-0015 on Sole Source basis to the vendor, CareFusion Solutions, LLC for maintenance and support services on twenty-one (21) CareFusion Pharmacy PYXIS equipment units. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective 15 August 2016. The 10th Medical Group (10 MDG) has a requirement for maintenance and support services on twenty-one (21) CareFusion Pharmacy PYXIS equipment units located at the Main Pharmacy, Community Center Pharmacy, Cadet Clinic Pharmacy, Joint Refill Processing Center and outlying clinics/wards on the United States Air Force Academy (USAFA), CO. The CareFusion Med Stations 3500's, Anesthesia Systems, and CII Safes are automated medication distribution systems designed to increase accountability and availability for medications used throughout USAFA's facilities. This equipment decreases medication error and diversion of controlled substances. The use of these machines enables the clinics/wards to have 24 hour access to medications and drastically reduces the amount of times pharmacy technicians get called in after hours. Maintenance and Support Services (CLIN 0001, 1001, 2001, 3001, and 4001): Contractor provide all services, tools, personnel, transportation, lodging, cleaning materials and support equipment for the completion of preventative maintenance on the current inventory of all CareFusion devices. urrent inventory includes: Med Station 3500's (Serial Numbers (SN): 12915990, 13530767, 8000001216, 8000010716, 8000010715, 8000010714, 8000010500, 8000010499, 12914853, 12914854), CII Safe Control Stations (SN 8000045018, 12702046, 8000045019, 12915006), Anesthesia Systems (SN 13063137, 13063139, 13063135, 13063136, 13063138) and a Smart Remote Manager (SN 12913117). The North American Industry Classification System Code (NAICS) is 811219 and the business size standard is $20.5M. The Government intends to award the six (6) month extension on firm fixed price contract FA7000-14-C-0015 using simplified procedures in accordance with FAR 12 and 13. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. 1. The following summarizes the justification and approval of single source from CareFusion Solutions, LLC by detailing more specifically the proprietary nature of the requirement, as well as requirements that other vendors do not meet. a. CareFusion Solutions, LLC is the manufacturer of our existing Pharmacy PYXIS equipment. b. Only one responsible source, and no other, will satisfy current USAFA requirements. CareFusion Solutions, LLC is the only authorized service provider and parts supplier for the CareFusion equipment listed above. They are the only authorized source with a DIACAP certification. b. The contract needs to be extended six months in order to align with the re-acquisition of the replacement of the CareFusion Pharmacy PHYXIS equipment. The Air Force Medical Operations Agency (AFMOA) is currently working the re-acquisition. Award is anticipated in six (6) months. c. FAR 52.217-8, Option to Extend Services was included in both the solicitation and contract award. It states, "The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 month. The Contracting Officer may exercise the option by written notice the Contractor within 30 days." Inclusion of clause FAR 52.217-8 at award supports that contracting had all expectations to exercise the six (6) month extension. However, it was unclear whether contracting evaluated the six month extension was in place at time of award. d. The initial purchase of the CareFusion Pharmacy PYXIS equipment came with a warranty that covered maintenance and replacement parts. The contract to purchase the CareFusion Pharmacy PYXIS equipment did not take into consideration the proprietary nature of the equipment that led to only one authorized provider. When the warranty expired it was determined that the cost to procure maintenance and repair services from CareFusion Solutions, LLC was more advantageous than to re-procure new equipment. The requirement for maintenance and support services on the twenty-one (21) CareFusion Pharmacy PYXIS equipment units was awarded sole source to CareFusion Solutions, LLC under contract FA7000-14-C-0015. At the time of award there was only one other company that could provide similar products. However, they were not DIACAP certified. Therefore, their products could not be used at USAFA. Their technicians were not authorized to provide maintenance and repair services for CareFusion equipment. e. The government will continue to survey the market to determine if additional sources are available in an overall effort to increase competition for future awards. The current equipment is at the end of its life cycle and a new acquisition is being worked, procurement of proprietary equipment and services will be avoided if possible. A survey of the current market will be conducted to determine if additional potential sources are available and if they meet the DIACAP certification requirements. Any offerors believing they can and are authorized to provide the maintenance and support services on twenty-one (21) CareFusion Pharmacy PYXIS equipment units that meet the requirements described above may provide evidence for consideration. Evidence must support the offeror's claim that they can provide these services. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining if additional potential authorized sources are available. Responses must be received NLT 4 p.m. MST on 22 September 2017. Responses received after this date, will not be be considered. Questions should be addressed to the Primary POC: Pamela Reimers, Contract Specialist, (719) 333-4493 or send via e-mail to pamela.reimers@us.af.mil. Alternate POC is Chad Miller, Contracting Officer, (719)-333-3829, chad.miller.24@us.af.mil. 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2704 FAX 719-333-9103 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-C-0015-P00008/listing.html)
 
Place of Performance
Address: 10th Medical Group, United States Air Force Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04677178-W 20170916/170914231726-948c384f4197b04ae534da67aceb3fd5 (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.