MODIFICATION
58 -- VLogicFM Motion Sensor System
- Notice Date
- 8/15/2022 8:44:41 AM
- Notice Type
- Justification
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222P1801
- Archive Date
- 10/14/2022
- Point of Contact
- NICHOLS, CECIL S., Contracting Officer, Phone: (562) 766-2267
- E-Mail Address
-
Cecil.Nichols@va.gov
(Cecil.Nichols@va.gov)
- Award Number
- 36C26222P1801
- Award Date
- 08/15/2022
- Awardee
- COLEY & ASSOCIATES INC SPRING BRANCH 78070
- Award Amount
- 174908.00000000
- Description
- VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source Attachment 1: Single Source Justification for SAP under the SAT Last Updated: 02/01/22 Page 1 of 1 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 for Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C262-22-AP-6455 Contracting Activity: Department of Veterans Affairs, VISN 22, Network Contracting Office 22 (NCO 22) in Long Beach, CA, seeks to procure the supplies / services listed in purchase request 600-22-4-112-0534 for the VA Long Beach Healthcare System (VALBHCS), Long Beach, CA. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: VALBHCS requires the VLogic Software-as-a-Service (SaaS), sensors and gateway hardware to match existing products and software already in use, complete with maintenance and installation. Estimated Amount: $174,908.00 Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Due to urgency, exclusive licensing agreements of proprietary software / technology, time constraints, and item being unique to one manufacturer, VLogic Systems (Original Equipment Manufacturer OEM). As sole holder of exclusive proprietary data rights, product is distributed and managed by SDVOSB authorized distributor, Coley & Associates, Inc. Use of any other product(s) would be incompatible and be detrimental to Veteran patient care. Circumstances of contract action deem only one source reasonably available based on urgency, exclusive licensing agreements of proprietary software / technology and time constraints, and no other supplies or services will meet agency need. Purchase is in accordance with FAR13.106-1(b). In addition, VA Long Beach Medical Center manages a complex physical infrastructure supporting various patient care clinical functions across several Healthcare Groups. The VLogic Systems architecture is already in-place and functioning at VALBHCS, in Primary Care, Surgery and Specailty Clinics. Utilizing sole source on this purchase is required to properly and fully integrate newly purchased product with the existing system. This will also save cost in workload hours. In order to optimize patient access to healthcare and maximize efficiency of exam rooms, procedure rooms and operating rooms across the facility, through frequent changes and operational needs, accurate information must easily be available so that informed decisions can be made related to patient access and operational matters. In addition, the Medical Center is required to provide VISN and Central Office periodic reports on various operational aspects including usage by different functions. Having a space utilization monitoring system that enables the clinical users to utilize and report on the data is an essential tool that helps clinical services understand in real-time the space utilization of exam rooms, procedure rooms and space available to all key personnel on a need-to-know and reliable basis. The hardware and software need to integrate specifically with current existing products and software already implemented and installed throughout various buildings at the VALBHCS campus. Currently this product, gateways and software exist in the entire second floor exam rooms of Primary Care, Building 164; Surgery, Building 126; 6th Floor; and Medicine Specialty Services throughout Building OP126, 1st Floor. From a supply chain perspective, utilizing the same product throughout the facility, serves and supports the longevity and accessibility over the lifecycle of this medical facility. With uniformity throughout the facility exam rooms, procedure rooms and operating rooms, the assurance of consistency across all room functions is assured with exact same product as currently existing in the facility. The GSA vendor, VLogic Systems, through its authorized SDVOSB Coley & Associates, has experience working with VA Medical Centers and their broader software platform over 20 years. Vendor experience is critical in providing a customized software dashboard to seamlessly integrate with current existing product already installed and implemented, ensuring VALBHCS receives the best overall value. Pursuant to 38 U.S.C 8127(b) VLogic Software-as-a-Service, sensors and gateway hardware requirement will be awarded to Coley & Associates, Inc. (certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and authorized distributor of VLogic Systems OEM). For the requested items, the identified SDVOSB vendor: Coley & Associates, Inc. meet the following: Authorized by the Original Equipment Manufacturer (OEM). Determined to be a responsible source with respect to performance of such contract opportunity. Considered to have a successful record of providing equipment/performing services to several VA medical centers at a fair and reasonable price This requirement is valued under $3 Million. Description of market research conducted and results or statement why it was not conducted: See Market Research on file in eCMS briefcase. Limited Market Research performed due to VLogic Systems (OEM) and their authorized distributor, Coley & Associates, Inc. (SDVOSB) as the only available source given exclusive proprietary software adaptability / functionality with existing product software systems in use at/by VALBHCS and provides continuity of care. However, results from VIP database query by applicable NAICS code 541519 identified 2163 SDVOSB / VOSB vendors. Circumstances of contract action deem only one brand / source reasonably available due to urgency, exclusive licensing agreements of proprietary software / technology, time constraints, and no other supplies or services will meet agency need. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief, and the price offered is determined to be fair and reasonable. _________________________________ Cecil S. Nichols Contracting Officer, Supply 2
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/59cb607bcb644ed5a423c7c7b19f5f33/view)
- Record
- SN06426538-F 20220817/220815230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |