Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
DOCUMENT

65 -- Urological Equipment - Attachment

Notice Date
8/31/2012
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA24412Q1316
 
Archive Date
10/31/2012
 
Point of Contact
Timothy Russell
 
E-Mail Address
326-7965<br
 
Small Business Set-Aside
N/A
 
Award Number
VA244-12-P-2731
 
Award Date
9/1/2012
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6(g) 2237 Transaction # or Vista Equipment Transaction #: 540-12-3-072-0264 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Manufacturer/Contractor: Olympus America Inc. Manufacturer/Contractor POC & phone number: Bryan Quinlisk (412) 401-1224 Mfgr/Contractor Address: 3500 Corporate Parkway P.O. Box 610, Center Valley, PA 18034-0610 Dealer/Rep address/phone number: Bryan Quinlisk (412) 401-1224 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Station 540____________________________ Clarksburg VAMC VISN:04 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Brand Name or Equal Olympus Visera Urological Scope equipment with trade in of obsolete scope products. (3) (a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: This purchase includes lenses, scopes, camera heads, one light source, video system, printer and additional accessories. (b)ESTIMATED DOLLAR VALUE: $402,348.49 (c)REQUIRED DELIVERY DATE: August 2012 (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. 0Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. 0A patent, copyright or proprietary data limits competition. The proprietary data is: 0These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 1The 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. These items will be used by the urologists in a procedural setting. Currently, we have several Olympus workstations that are utilized by other specialties. By adding this equipment, we will supplement our existing system and all items will be compatible and standardized. If we were to experience any technical difficulties with an Olympus workstation, we would be able to relocate another functioning workstation and utilize the urologic scopes without delaying patient care. Supplementing our existing system promotes standardization and increases patient safety (by ensuring a back-up system is in place should one fail and ease of use by the end users because all functions and controls would be the same). In compliance with VHA Directive 2009-031, equipment should be standardized when possible to ensure that set up, use, and reprocessing are conducted properly. In addition, we are currently renovating direct patient care areas in Surgery Service. Once the renovation is complete, we will have a new Outpatient Procedure Unit. As volume increases, we will be able to perform urologic procedures using scopes in the Outpatient Procedure Unit and in the operating room simultaneously (if we were to purchase Olympus equipment). With Olympus scopes, we will be able to utilize any workstation located in the Operating Room or located in the Outpatient Procedure Unit. 0The 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. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: As stated above, purchasing this urologic equipment from Olympus is the best value for the patients, needs of the service, and fiscally for the government. If an alternative system was selected, we would not have back-up systems available for use. In addition, if any other system was pursued, we would have to purchase all of the same items (most likely at similar cost) and we would not be able to utilize them with our existing workstations. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Market research reveals Olympus products are proprietary in nature and similar scope products from other manufacturers are not compatible with Olympus brand workstations they operate from. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: One Small business is an authorized Olympus product reseller; however, this company does not offer Olympus manufactured equipment under their GSA contract, items quoted as "Open Market". Soliciting this requirement on the open market as Small Business set aside is not possible as the Contract Officer's market research documents inadequate competition available as the rule of two cannot be met. Solicitation of this requirement on the open market will inevitably result in one offer from manufacturer and one offer from a small business reseller with retail pricing, therefore, the non-manufacturing rule also applies, based upon Lowest Price Technically Acceptable award would be made to Olympus. (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: NONE (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.) 8/6/12 SIGNATUREDATE Jeanne L. FridleyAdministrative OfficerSurgery NAME TITLESERVICE LINE/SECTION Louis A. Johnson VA Medical Center (540) FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(h): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. 7/15/2012 CONTRACTING OFFICER'S SIGNATUREDATE Timothy L Russell 540/90C______________________________ NAME AND TITLEFACILITY HIGHER LEVEL APPROVAL (For orders over $500,000): 0 REQUIRED 1 NOT REQUIRED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA24412Q1316/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-P-2731 VA244-12-P-2731_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=463039&FileName=-1596.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=463039&FileName=-1596.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02865509-W 20120902/120901001058-8d54dad5d5a7a51b5e6f1fc1699bc708 (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.