Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2023 SAM #7869
SPECIAL NOTICE

65 -- Olympus Scopes Equipment Lease & Service Agreement - John D. Dingell VAMC, Detroit, MI

Notice Date
6/12/2023 8:31:26 AM
 
Notice Type
Justification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0454
 
Archive Date
07/12/2023
 
Point of Contact
Contract Specialist, James Howard, Phone: 317-988-1549
 
E-Mail Address
james.howard3@va.gov
(james.howard3@va.gov)
 
Award Number
36C25023A0047
 
Award Date
05/08/2023
 
Awardee
OLYMPUS AMERICA INC CENTER VALLEY 18034
 
Award Amount
0
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT Page 1 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-23-AP-2464 Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10, Indianapolis, IN, in support of John D. Dingell VA Medical Center, 4646 John R. St., Detroit, MI. 2237:. (2) Description of Action: This acquisition is conducted under the authority of the Multiple- Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). This is a new requirement for a lease of Olympus scopes. The action will be awarded as a new, firm-fixed price, base plus four (4) option years, FSS Blanket Purchase Agreement. Order against: FSS Contract Number: 36F79721D0168 - Expires 12/31/2031 (inclusive of options) Name of Proposed Contractor: Olympus America, Inc. Street Address: 3500 Corporate Parkway PO Box 610 City, State, Zip: Center Valley, PA 18034 Phone: 484-896-5436 (3) Description of Supplies or Services: The estimated value of the proposed action is Period of Performance: 7/1/2023 6/30/2028 This procurement will be a base year and four (4) 1-year options. Contractor shall provide full leasing, preventative maintenance, and repair services for all scopes, and scope related equipment/accessories to the John D. Dingell VA Medical Center. The required equipment is listed below: Qty Item # Description Twenty (20) CYF-VH HD Flex CystoNephro Videoscope (4) Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): 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: Olympus Inc. is the only firm capable of providing the supplies and services described in Section 3. The Minor Procedures Clinic (MPC) currently uses these types of Olympus video scopes and associated equipment. The Olympus system interconnects and interfaces with other equipment owned by the MPC (video processing and primary/backup power supplies). Procuring different video scopes would result in degraded patient care, while also incurring the expense of having to replace system infrastructure. Olympus is the Original Equipment Manufacturer (OEM) and sole authorized vendor that can provide a lease for these specific scopes. Olympus America, Inc., does not authorize any small business entities to lease their scopes and/or peripheral video processor equipment. FAR 8.405-6(a)(1)(C): 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. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: 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. (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: This lease is not just needed for the standardization of Olympus equipment, but it must attach to and communicate with other existing equipment/software throughout the clinic that are not a part of this procurement. Pricing for leased equipment has been determined fair and reasonable since required items fall under FSS contract. However, IAW FAR 8.405-4, Contracting Specialist will seek a price reduction. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted: NAICS Code 339112 was searched on SBA VetCert and 577 results were obtained. VetBiz (VIP) was also searched for the above NAICS code and keyword Olympus produced one result. A DSBS search (using NAICS 339112 and keyword Olympus ) produced one result. A GSA Advantage query was performed, and Olympus America is the only vendor with these scopes on contract. Olympus was contacted and they confirmed they do not utilize any distributors for equipment leases. The VA and SBA Rule of Two cannot be met. (7) Any Other Facts Supporting the Justification: There are no additional facts supporting this justification. (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: The Government will continue to conduct thorough market research to monitor marketplace capabilities for similar requirements in the future. (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.) Logistics Management Specialist John D. Dingell VA Medical Center (10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: a. Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Contracting Officer, Supply Team 3 Network Contracting Office 10 b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Branch Chief, Supply Team 3 Network Contracting Office 10
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf14ba7e9ed5403fa4fea5bd5e8f29f6/view)
 
Record
SN06711959-F 20230614/230612230106 (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.