Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
DOCUMENT

70 -- Intermec Scanners ,Printers & Auxiliary Equipment with MSS Software for the Louis Stokes Cleveland VA Medcial Center - Justification and Approval (J&A)

Notice Date
9/20/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
VA25017Q1163
 
Archive Date
10/20/2017
 
Point of Contact
Ronetta Sweeney
 
E-Mail Address
Team
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
NNG15SD22B VA250-17-F-4789
 
Award Date
9/20/2017
 
Description
VHAPM Part 816.5 Indefinite-Delivery Contracts Attachment 1: Request for Exception to Fair Opportunity Memo Format VHAPM Part 816.5 Indefinite-Delivery Contracts Page 1 of 4 Original Date: 08/30/2017 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Exception to Fair Opportunity Memo Acquisition Plan Action ID:_VA250-17-AP-9004__ Contracting Activity: Department of Veterans Affairs, VISN 10, Louis Stokes Cleveland VA Medical Center. The purchase request number for this contract action is VA 2237:541-17-3-2505-0062. Description of Action: Procurement of Intermec scanners, printers and auxiliary equipment with proprietary MSS Software. This contract action will be acquired using NASA SEWP as the procurement vehicle. This contract action will be competed as a total Service Disabled Veteran Owned Business (SDVOSB) set-aside. A firm-fixed price delivery order will be issued off the SDVOSB schedule holder s contract with the lowest price technically acceptable quotation. This acquisition will be procured in accordance with FAR 16.505 (b)(2)(i)(F); however, a justification is still required because of the competition limitation due to the availability authorized resellers and brand-name requirement. Description of Supplies or Services: The Louis Stokes VA Medical Center (LSCVAMC), Cleveland, Ohio, is procuring Radio Frequency Identification (RFID) Barcode Tracker Kit-89 each, Intermec Battery-178 each, Intermec Smart Card Reader-89 each, Intermec Scanner-89 each, Intermec Holster-20 each, Intermec Rugged Mobile Thermal Label Printer-9 each, Intermec Shoulder Strap- 9 each, Multi-Label Smart Printing System-3 each, Intermec Printer-4 each, RFID VistA Printer-1 each. This equipment will be used to support Maximo, a web-based system that provides the VA s life cycle management support for all asset types on a single platform. There are no options for this contract action. The estimated dollar value of this transaction is. The performance period will begin in Fiscal Year 2017, following the award of this contract action. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505 Subpart 16.505(b)(2)(i): ( )FAR Subpart 16.505(b)(2)(i)(A): The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays. ( ) FAR Subpart 16.505(b)(2)(i)(B): Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. ( ) FAR Subpart 16.505(b)(2)(i)(C): The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. ( ) FAR Subpart 16.505(b)(2)(i)(D): It is necessary to place an order to satisfy a minimum guarantee. ( ) FAR Subpart 16.505(b)(2)(i)(E): For orders exceeding the simplified acquisition threshold, a statute expressly authorizes or requires that the purchase be made from a specified source. The statutory authority permitting an exception to fair opportunity for this action is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB). ( X ) FAR Subpart 16.505(b)(2)(i)(F) In accordance with section 1331 of Public Law 111-240 (15 U.S.C. 644(r)), contracting officers may, at their discretion, set aside orders for any of the small business concerns identified in 19.000(a)(3). When setting aside orders for small business concerns, the specific small business program eligibility requirements identified in part 19 apply. Rationale Supporting Use of Authority Cited Above: Based on market research, it was determined that limited competition is available for the aforementioned Intermec Printers and Scanners among NASA SEWP, SDVOSB, value added resellers. If this is a Brand Name Justification: This is a brand name justification in support of FAR 11.105, Items Peculiar to One Manufacturer. This equipment contains software from MSS Software which is used for AMESMERS and GIP. It allows the user to transfer data collected by these devices into the VA-VistA system by using KWedge software, also by MSS Software. No other brand printer or scanner is capable of interfacing with the MSS Software that comprises VA s GIP application. Intermec-MSS Software provides barcode equipment and software to make data collection quick and effective. The Department of Veterans Affairs (VA) is using Intermec barcode readers such as the CN70 and CK30 models. Because the operating systems for these new readers are completely different than the older barcode readers, the reader programs come pre-installed in the reader kits along with KWedge software so that the data can be transferred easily into VistA. That's why it is vital that the correct kit part number is ordered so that you get the software and hardware bundled together. MSS Software has a long history with the VA regarding these programs and is the company who helped make previous Intermec equipment, such as the Janus 2020 and 2410 work with VistA. MSS Software created the special proprietary version of these programs which is pre-installed on each VistA kit that is shipped. This software program contains a menu of the four inventory/maintenance functions (PRCPH, PRCUS, ENPM and ENNX). Therefore, each kit allows the VA a plug and play reader that can be used immediately in their VistA system. 6. Efforts to Obtain Competition: A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. Market research was conducted, details of which are in the market research section of this document. The effort did not yield any additional sources that can meet the Government s requirements. It was determined, however, that limited competition is viable among authorized resellers for this brand name requirement. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), the award notice for this action will be synopsized on the Federal Business Opportunities Page (FBO) and this justification will be made publicly available within 14 days of award. 7. Actions to Increase Competition: Describe actions taken, or that will be taken, to remove or overcome any barriers to competition before initiating any subsequent acquisitions for the supplies, or services required, including challenges to restrictive data markings, data rights, preparation of a performance based work statement, and etc. Limited competition for this requirement among the Intermec and MSS Software resellers is anticipated. Additionally, the Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be fully competed, such as the development of new software, scanners and printers that is compatible, and allows interoperability with VA s GIP application. 8. Market Research: Provide a description of the market research conducted among the contract holders and the results. If market research was not conducted, the reasons it was not conducted should be stated. When citing 16.505(b)(2(i)(b) or 16.505(b)(2)(i)(e), the only possible way to state in paragraph 5 of the J&A that there is only one contractor who can fulfill the agency s needs is to conduct market research, and it should be summarized here. Market Research was conducted IAW FAR Part 10. The procurement history of this requirement was reviewed, and found that there are no other sources that can satisfy this requirement. The VA s Service Oriented Architecture Research and Development (SOARD) confirmed that no other interfaces have been developed that would allow an alternate brand printer or scanner to interface with the GIP application. Since MSS Software is the only commercial source software that can interface with the current VistA system, MSS Software was contacted for a list authorized resellers. MSS Software provided three SDVOSB concerns. The three SDVOSB concerns were contacted to confirm their capability of meeting this requirement. All three SDVOSB concerns stated that they would be able to satisfy the requirement from their respective NASA SEWP contracts. 9. Other Facts: None. 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Lora Freier-Heckler Date Assistant Chief, Logistics Service, Materials Management 90(W) Louis Stokes Cleveland VA Medical Center 11. Determination that Anticipated Cost is Fair and Reasonable: A determination by the contracting officer (CO) that the anticipated cost to the Government will be fair and reasonable: This contract action will be full and open after exclusion of sources. Since the CO has a reasonable expectation that offers will be received from two or more SDVOSB concerns, the determination of price fairness and reasonableness will be made based upon adequate competition and comparison to the IGCE. 12. Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Ronetta M. Sweeney Date Contracting Officer Network Contracting Office (NCO) 10 13. Approvals in accordance with VHAPM Part 806.3 Other Than Full and Open Competition SOP. One Level Above the Contracting Officer (Required over $150K but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Connie A. McKay Date Branch Chief, Supply Team 2 Network Contracting Office (NCO) 10
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25017Q1163/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: NNG15SD22B VA250-17-F-4789 NNG15SD22B VA250-17-F-4789_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3806626&FileName=NNG15SD22B-077.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3806626&FileName=NNG15SD22B-077.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04686436-W 20170922/170920232013-9457444269d18a4193352e0809ff03e3 (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.