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, 2019 FBO #6521
DOCUMENT

65 -- Omnicell AA and TOPC Lease and Support - Justification and Approval (J&A)

Notice Date
10/1/2019
 
Notice Type
Justification and Approval (J&A)
 
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
10/31/2019
 
Point of Contact
Kellie Konopinski
 
E-Mail Address
.Konopinski@va.gov<br
 
Small Business Set-Aside
N/A
 
Award Number
V797D-30111 36C25020N0051
 
Award Date
10/1/2019
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Page 1 of 4 Original Date: 08/30/2017 Revision 01 Eff Date: 04/23/2018 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-19-AP-5372 Contracting Activity: Department of Veterans Affairs, VISN 10, VA Ann Arbor Health Care System, 506-20-1-1040-0005 Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). New Requirement. Order against: FSS Contract Number: V797D-30111 Name of Proposed Contractor: Omnicell Inc. Street Address: 590 Middlefield Rd. City, State, Zip: Mountain view, California 94043-4008 Phone: 800-850-6664 Description of Supplies or Services: Fiscal year 2020 contract for Ann Arbor and Toledo CBOC for monthly lease and maintenance support services for Omnicell equipment. (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; Omnicell equipment is proprietary to Omnicell, Inc. and they are the only vendor that can service their equipment. In the interest of economy and efficiency, 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. Items peculiar to one manufacturer: 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. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Omnicell equipment is proprietary to Omnicell and they have no distributors for equipment or support services. All Omnicell equipment is compatible/interoperable with existing Omnicell servers, software, hardware and vista programs at the VA. Utilization of other sources for medication dispensing cabinets at this time is not feasible as they will not integrate into our current Omnicell medication dispensing cabinet system. The current equipment on site is still in good working condition. To replace the current equipment, the server database, software and hardware throughout the hospital and CBOC would have to be replaced. It would be very costly to switch the entire system over to a new product at this time. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: VIP was queried under NAICS 339112 and 324 concerns were found. A keyword search of Omnicell was completed and zero concerns were found. Market research was conducted on GSA Advantage and the NAC. There are two large business vendors that can provide medication management systems, Omnicell and Carefusion Solutions. It was found it would be too costly to switch over to an entirely new system at this time as we would have to also purchase a new server and equipment to have all aspect compatible with all equipment and programs currently in place at the VA. Market research showed that only Omnicell can meet the requirement. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: N/A (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: In the future, when the current equipment is at its end of life, the market will be surveyed for new products and equipment that can meet the requirements. (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.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/579fdbe424567f27bf0fc9ec846ee9ee)
 
Document(s)
Justification and Approval (J&A)
 
File Name: V797D-30111 36C25020N0051 V797D-30111 36C25020N0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5174441&FileName=V797D-30111-080.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5174441&FileName=V797D-30111-080.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05465360-W 20191003/191001230825-579fdbe424567f27bf0fc9ec846ee9ee (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.