Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
DOCUMENT

J -- Nurse Call System Maintenance for Hunter Holmes McGuire VAMC - Justification and Approval (J&A)

Notice Date
10/1/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q9383
 
Archive Date
11/30/2018
 
Point of Contact
Stephanie M Patterson
 
E-Mail Address
5-2510<br
 
Small Business Set-Aside
N/A
 
Award Number
36C24619P0011
 
Award Date
10/1/2018
 
Description
VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 4 of 4 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: VA246-18-AP-4799 Contracting Activity: Department of Veterans Affairs, VISN 6, Hunter Holmes McGuire Veterans Affairs Medical Center. Requisition Number: 652-19-1-657-0004. Nature and/or Description of the Action Being Processed: Hunter Holmes McGuire VAMC requires a Nurse Call System Maintenance for a firm fixed price, base plus 2 year options service contract. The service must include a certified trained SimplexGrinnell technician to provide the following: Covers component replacement on the central processing units, including reprogramming of system due to failure, replacement of circuit boards, all components in the control panels, annunciator panels, transponders, printers, keyboards, monitors, and peripheral devices (pull stations, audible/ visible units) associated with system. Vandalism, Acts of God, Replacement of faulty wiring, batteries, and/or ground faults is not covered. After Hour Emergency Service This service includes labor, travel, and mileage charges for repairs associated with normal wear and tear during after hours, weekends, and federal holidays. Emergency Service- 24/7 a technician will be available to support the customer by telephone within 1 hour and can be onsite within 4 hours from the time of request. Minor service calls to repair problems where operator error is the issue are included in this agreement. 24/7 a trained, certified technician will be available to support McGuire by telephone to help diagnose minor issues. The vendor shall perform software updates for the listed nurse call systems as needed. The first update will occur within 30 days of award. The vendor shall maintain an inventory of critical spare parts. SimplexGrinnell Technicians will utilize the spare parts to minimize system downtimes. The vendor shall provide training is available for this option during normal working hours 8:00am to 5:00pm. This training will occur every six months. FAR13.5 Simplified Procedures for Certain Commercial Items: This procurement is for a SimplexGrinnell Nurse Call System Maintenance Service, in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies/Services Required to Meet the Agency s Needs: This Nurse Call System Maintenance requirement is for a base period of 10/1/2018-9/30/2019 at an estimated cost of $176,576.04, to include 2 one-year options with the following estimated costs: Option 1: $181,873.32 Option 2: $187,329.52 Total Estimated Contract Price: $545,778.88 Statutory Authority Permitting Other than Full and Open Competition: FAR13.5 Simplified Procedures for Certain Commercial Items: The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This service is for an EZ Care SimplexGrinnell Nurse Call System maintenance. The system uses a Certified Life-Safety software program, which was specifically designed by SimplexGrinnell for it s EZCare Systems. This means that there is no educational material commercially available from which a non-SimplexGrinnell technician can qualify to field edit the program or operate the keyboard, as required, to test or service the Central Processing Unit and it s integrated control panels. This system requires a servicing technician to be trained on the product, and to be able to program and receive any required technical support from a factory trained tech support specialist. The SimplexGrinnell System is composed of specially designed printed circuit boards. All boards required for the operation of the Life-Saftey system are stocked in the SimplexGrinnell Richmond Branch Office for use, as required, by SimplexGrinnell technicians. All boards are manufactured by SimplexGrinnell and are not commercially available from an electronic supply house. Servicing of the basic system would generally require the immediate replacement of one or more of these printed boards in order to put the system back on line. Any other vendor would have to order the parts from the SimplexGrinnell factory, causing unacceptable delays. Specific parts that are proprietary to SimplexGrinnell include: Software liability release forms (Only releasable by owner) EZCare SimplexGrinnell manufactured printed circuit boards Factory trained technicians Regional and factory service support organization Updating and modifications to the system performed by the OEM Availability of internal wiring diagrams for trouble-shooting the system The system parts are only available through SimplexGrinnell and can only be serviced by SimplexGrinnell technicians that have been factory trained, to maintain system integrity and any applicable warranties. Any other vendor would have to subcontract with SimplexGrinnell to provide this specialized service, which would result in a substantial duplication of cost that could not be expected to be recovered through competition, and result in unacceptable delays. In accordance with FAR 6.302-1(a)(2), this requirement is only available from one responsible source. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A previous acquisition attempt for Fiscal Year 2018 was made to compete the requirement as an SDVOSB set-aside. VA246-17-Q-1981 was issued on 11/07/2017, and was dissolved without award due to a determination of not producing any fair and reasonable offers. Market research was performed that identified 2 Service Disabled Veteran Owned Small Businesses interested in providing the requirement, through subcontracting with the OEM. The solicitation yielded one offer. The offer received was substantially higher than the Independent Government Cost Estimate. Further market research did not identify any other small businesses interested in subcontracting with the OEM to provide the service. The requirement was re-solicited as an Open Market Sole Source procurement to the OEM, SimplexGrinnell. The Fiscal Year 2018 requirement was awarded to SimplexGrinnell, LP as an open market sole source procurement, resulting in contract 36C24618P1406. An Intent to Sole Source was posted to www.fbo.gov on July 10, 2018, which yielded no responses. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: In accordance with FAR 13.106-1(b)(2), the Contracting Officer anticipates the cost will be fair and reasonable based on previous history with this vendor providing the same service. The vendor is well aware of the service requirements, and has a history of providing fair and reasonable prices. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Previous Market Research was reviewed which revealed the dissolvement of an SDVOSB set-aside, Request for Quotation VA246-17-Q-1981, without award due to not producing a fair and reasonable offer. All previous acquisitions ended in a sole source procurement with the OEM, SimplexGrinnell, LP. After review of the procurement history, market research was performed for the current acquisition. The Vendor Information Pages (VIP) database was searched in accordance with VAAR Class Deviation 810.001-70 to determine if two or more service-disabled veteran-owned businesses (SDVOSBs) and veteran-owned small businesses (VOSBs), in the appropriate NAICS code, were available. No requests for information or capabilities were sent directly to any vendors found. An Intent to Sole Source was posted to www.fbo.gov on July 10, 2018, providing vendors with an opportunity to submit capabilities for this service until July 18, 2018. None were received. Any Other Facts Supporting the Use of Other than Full and Open Competition: None. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: None. 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: Due to the proprietary nature of the equipment being service, the only way competition would be available is by a vendor subcontracting with the OEM. This could result in a substantial duplication of cost that could not be expected to be recovered through competition, and could also result in unacceptable delays. The SDVOSB set-aside indicated the substantial cost increase, and delayed award of the fiscal year 2018 requirement. There are no known strategies to overcome the barriers to competition for this requirement 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9383/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: 36C24619P0011 36C24619P0011_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614762&FileName=-15498.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614762&FileName=-15498.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05112408-W 20181003/181001230935-1e198e21a4a45fec207d0b798ff9d67c (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.