DOCUMENT
65 -- Automated Hand Hygiene System - Justification and Approval (J&A)
- Notice Date
- 9/27/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Veterans Affairs;VAMC Northampton;Acquisitions-90;421 North Main Street;Leeds MA 01053-9764
- ZIP Code
- 01053-9764
- Solicitation Number
- NA
- Archive Date
- 10/23/2011
- Point of Contact
- Teresa J Cutty
- E-Mail Address
-
4-4040
- Small Business Set-Aside
- N/A
- Award Number
- VA523-A19113
- Award Date
- 9/23/2011
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 01, West Roxbury Medical Center Justification for Other Than Full and Open Competition Transaction # 523-11-3-3394-0059 Infectious Disease Section, Medical Services 2.Nature and/or Description of the Action Being Processed: Continuation of the purchase and installation of an automatic hand hygiene documentation and reminder system developed by Partners Healthcare's Center for Integration of Medicine and Innovative Technology (CIMIT). This follow-on contract continues the work initiated under the original contract with Partners Healthcare ( VA-241-P-1865 / PO A09122 ). CIMIT is the only source for this system and has already installed approximately 30 percent of the system components. 3.Description of Supplies/Services Required to Meet the Agency's Needs: An automated hand hygiene documentation and reminder system consisting of the following components: (1) a hand hygiene dispenser transmitter that transmits a low-power ultrasound signal when the lever of the dispenser is pulled to dispense soap or hand sanitizer; (2) a protection zone transmitter that transmits an ultrasound signal to establish an area of protection around a patient bed; (3) a domino-sized clinician-worn badge that contains in its memory an expected hand hygiene protocol and records when the various ultrasound signals are received; and (4) a computer program to download data from the badge (via a USB cable) to an Excel spreadsheet for subsequent analysis. These components are highly specialized and CIMIT is the only source for their purchase. Total estimated value is $108,500. The system will be installed in phases over the period from August 2011 to September 2012. 4.Statutory Authority Permitting Other than Full and Open Competition: (X )(1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This automated hand hygiene documentation and reminder system is an essential component of the VA Boston Healthcare System's initiatives to improve hand hygiene compliance within the hospital wards, and consequently, to significantly reduce the incidence of hospital-acquired infections in VA patients. This highly specialized system is only available through Partners Healthcare's Center for Integration of Medicine and Innovative Technology (a non-profit consortium of Boston's leading teaching hospitals and universities, established to foster interdisciplinary collaboration among world-class experts in research, medicine, science and engineering in concert with industry, foundations and government, to rapidly improve patient care). The installation of this highly specialized system at the VA Boston Healthcare System West Roxbury hospital has been approved and funded through a grant from the VA-DoD Joint Incentive Fund. In accordance with the provisions of this grant, the same system is also being installed in a DoD hospital, with the evaluation of the project's goals, objectives and outcomes dependent on the results of the installation at both facilities. The failure to continue the installation of this system at the VA in a timely manner would not only cause unacceptable delays in implementing this critical element of the hospital's hand hygiene initiatives, but would also negatively affect its ability to ensure an accurate evaluation of the joint VA-DoD project as required by the Joint Incentive Fund. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: This request for other than full and open competition follows a prior contract awarded just one year ago to Massachusetts General Hospital (MGH). At that time a Sources Sought notice was published to FedBizOps with no eligible responses received. MGH was deemed the sole responsible vendor at that time as documented in the file. It is not deemed practicable to seek other sources for this procurement. The contractor has completed 30% of the project and the period of performance expired in July. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The price for this award is considered fair and reasonable as it will remain the same as it was under the prior contract #VA241-P-1865. The cost to the Government will be only for the installation of the remaining work under the project. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Additional market research was not conducted as this award is a follow-on to the original contract that erroneously was not extended. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: The failure to continue the installation of this system at the VA in a timely manner would not only cause unacceptable delays in implementing this critical element of the hospital's hand hygiene initiatives, but would also negatively affect its ability to ensure an accurate evaluation of the joint VA-DoD project as required by the Joint Incentive Fund. In the interest of the time constraints the hospital is facing, a follow-on contract award is requested. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: None 11.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: If there is a need for these supplies and services in the future, full and open competition will be sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/NA/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA523-A19113 VA523-A19113_1 POSTING OF J AND A.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263230&FileName=VA523-A19113-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263230&FileName=VA523-A19113-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA523-A19113 VA523-A19113_1 POSTING OF J AND A.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263230&FileName=VA523-A19113-001.docx)
- Record
- SN02594049-W 20110929/110927235553-9bf901cde38bb080b889e50be366e37d (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 |