Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
AWARD

66 -- VISN 6 Vitek ID-AST

Notice Date
5/10/2023 5:49:26 AM
 
Notice Type
Award Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0780
 
Archive Date
05/25/2023
 
Point of Contact
Latoya S Glover, LaToya Glover, Phone: 910-488-2120 x-5823
 
E-Mail Address
Latoya.Glover2@va.gov
(Latoya.Glover2@va.gov)
 
Award Number
36C24623D0015
 
Award Date
10/01/2022
 
Awardee
BIOMERIEUX INC SALT LAKE CITY 84108
 
Award Amount
1430451.10000000
 
Description
Simplified Acquisition Procedures for Certain Commercial Items VHAPG Part 813.5 36C246-22-AP-3749 1 of 5 DEPARTMENT OF VETERANS AFFAIRS SOLE SOURCE JUSTIFICATION UNDER SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS IN ACCORDANCE WITH FAR 13.5 Acquisition Plan Action ID: 36C246-22-AP-3749 Contracting Activity: Department of Veterans Affairs, Network Contracting Office (NCO) 6 on behalf of the Asheville, Fayetteville, Hampton, Richmond, Salem, and Salisbury VA Medical Centers. Their respective Purchase Request Numbers are 637-23-1-167-0006, 565-23-1-049- 0002, 590-23-1-023- 0012, 652-23-1-096-0072, 658-23-1-039-0016, and 659-23-1-064-0013 Nature and/or Description of the Action Being Processed: Network Contracting Office 6 intends to awarded a new firm-fixed-price, indefinite-delivery indefinite-quantity sole source contract to BioMerieux Inc. for VITEK MS Automated Mass Spectrometry Microbial Identification System, VITEK 2 Microbial ID/AST Testing System, supplies and support. The use of these microbiological analyzers in the Asheville, Fayetteville, Hampton, Richmond, Salem, and Salisbury VA Medical Center laboratories allows for continued rapid identification and susceptibility testing of pathological microorganisms found in Veteran beneficiaries served at these medical center facilities. This justification is 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 Services/Supplies Required to Meet the Agency s need: The Asheville, Fayetteville, Hampton, Richmond, Salem, and Salisbury VA Medical Center laboratories require the continued use previously installed Vitek microbiological analyzers, the installation of two additional analyzers, testing supplies and annual service agreements. The VITEK MS automated mass spectrometry microbial identification system uses Matrix Assisted Laser Desorption Ionization Time-of-Flight (MALDI-TOF) bacterial/microbial identification technology and Antimicrobial Sensitivity (AST) to provide single- choice identifications at the species, genus, or group level. The VITEK 2 uses unique ID and AST cards to conduct testing to provide identification and susceptibility with a testing capacity of 60 cards and the VITEK 2 XL has increased testing capacity with 120 cards. The VITEK microbial identification systems allow the clinicians to receive quick information to adjust therapy for better overall Veteran beneficiaries care and outcomes and the MALDI-TOF technology reduces time for bacterial Identification by 24-48 48 hours, allowing Veteran beneficiaries to be treated for life threating infections in an expeditious manner. The MALDI-TOF and AST platforms, must include middle-ware software for connectivity which allows the two systems to communicate test information with the already installed BioMerieux Myla middleware software at each of the Medical Center Laboratories. The middleware promotes efficient retrieval of microbial/antimicrobial data and statistics in an integrated process between BioMerieux platforms in order to expedite testing. The vendor shall provide testing supplies, installation of new equipment, technical support to assist laboratory personnel with middleware connectivity issues, training, instrument service/repair and routine maintenance. The total estimated cost for five years is as follows: Base Period October 1, 2022 to September 30, 2023 $1,027,791 Option 1 October 1, 2023 to September 30, 2024 $1,105,497 Option 2 October 1, 2024 to September 30, 2025 $1,160,408 Option 3 October 1, 2025 to September 30, 2026 $1,220,565 Option 4 October 1, 2026 to September 30, 2027 $1,286,485 Estimated 5-year Total $5,800,746 The total estimated quantity supplies, equipment and services for five years includes: Description TOTAL ACCESSORY KIT VTK2 PIP/DIL 698 GN TEST KIT VTK2 1526 GP TEST KIT VTK2 1153 YST TEST KIT VTK2 176 NH TEST KIT VTK2 105 ANC ID 149 KIT DENSICHEK Plus Standards 71 PIPETTE TIPS 0.5 - 250UL 193 VITEK-2 0.45% Sodium Chloride Bags 56 AST-ST02 Test Kit 550 AST-GP67 Test Kit 392 AST-GP75 Test Kit 2101 AST-GN69 Test Kit 1243 AST-GN84 Test Kit 1201 AST-GN95 Test Kit 1857 AST-XN09 Test Kit 99 AST-Yeast YS-09 Test kit 88 Vitek MS-FA Formic Acid MS FA 124 Vitek MS-CHCA matrix 590 Vitek MS Liquid Myco Supplemental Kit 0 Vitek MS Mycobacterium/Nocardia Kit IVD 0 Vitek MS Mould Kit IVD 0 Vitek MS Specimen Racks 11 Disposable Target Slides 650 Vitek Pickme Pen 112 Vitek MC Orange Gel 330 Vitek pick me Nibs 227 UNSENSITIZED TUBES 1X2000 189 0.45% SALINE 12 X 1000 ML 77 0.45% SALINE (18X500ML) 6 Vitek-2 Analyzer Lease (Asheville, Fayetteville, Hampton, Salem, Salisbury Medical Centers) 5 Vitek-2 XL Analyzer Lease (Richmond Medical Center) 0 Vitek-MS Analyzer Lease (Hampton, Salem Medical Centers) 2 RUO Database 2 MYLA Upgrade 5 Vitek-2 Annual Service Agreement 21 Vitek2-XL Service Annual Service Agreement 5 Vitek-MS Annual Service Agreement 28 Statutory Authority Permitting Restricted Competition: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. ยง 1901 and is implemented by FAR 13.106-1(b)(2) for restricting competition on this procurement. Competition is restricted on this procurement for the reason below: (X ) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Require the Use of the Authority Cited Above (applicability of authority): The VITEK 2 and VITEK MS Systems are intended for the automated identification and susceptibility testing of most clinically significant organisms, such as bacteria and yeast, routinely isolated in a microbiology laboratory. This requirement will continue to provide testing supplies and service to the ten currently installed and in use VITEK microbial testing systems; five of which are owned by the Government and provide advanced testing by the installation of two additional systems. The VITEK Systems are only intended to be used with the proprietary VITEK identification (ID) and susceptibility (AST) test cards, reagents, and testing kits. VITEK 2 testing requires a saline suspension of organism be inoculated into a test panel of biochemicals and a test panel of antibiotics. These panels, referred to as cards, are single-use disposables that are inoculated according to the procedure set out in the VITEK 2 Systems Product Information. The VITEK MS reagents and test kits are made especially and solely for use with the for VITEK MS System. BioMerieux, Inc. is the sole source provider for the VITEK instruments, reagents, consumables, and support. A proprietary letter has been received from the vendor. Failure to provide the required maintenance and supplies could potentially cause failure of the system and lead to diminished care to the Veteran beneficiaries served at the identified medical centers. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: An intent to sole source was posted to SAM on July 5, 2022. No responses were received. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The requirement is in support of laboratory instrumentation that was previously procured and is currently on site and validated for use in patient care. The equipment in this requirement and equipment previously procured at participating VISN-6 laboratories function as an integrated system through the use of BioMerieux Myla software to produce patient results for the treatment and care of patients. The Myla software is validated and in use at participating VISN-6 laboratories with interface to the VA s IT network. Validation of laboratory instrumentation is labor intensive and consumes considerable time and financial resources. The continued use of the current integrated system is in the best interest of the government financially and the continuity of patient care. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research was not Conducted: Market research included speaking with the Fayetteville VAMC s Laboratory Manager, speaking with BioMerieux, and conducting an internet search for the required equipment and supplies. The Fayetteville Lab Manager, Penny Creech confirmed that no other vendors can meet the test menu, test methodology and turn around testing times required by the Fayetteville NC VA Coastal Healthcare System. Therefore, BioMerieux solution is the only equipment that will interface the labs other existing equipment. The BioMerieux Regional Sales Director provided documentation confirming the proprietary nature of the required items. The VA Rule of Two cannot be met because there are no Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Business (VOSB) sellers authorized to distribute the BioMerieux Vitek systems, supplies, reagents and support. 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: Once all associated components reach the end of their life cycle, market research will be conducted to determine if a competitive acquisition of the entire system is appropriate. The Government will continue to conduct thorough market research to gauge the commercial marketplace capabilities for future requirements. No actions can be taken to increase competition due to the manufacturer is the sole distributor. 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
SAM.gov Permalink
(https://sam.gov/opp/21955d3868074948a36ae630b447acc8/view)
 
Record
SN06677544-F 20230512/230510230109 (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 |
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.