Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
DOCUMENT

65 -- Script Pro Central Workflow System, Robotic Prescription Dispensing System - Attachment

Notice Date
10/1/2012
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
RFQ72708
 
Archive Date
10/21/2012
 
Point of Contact
Patricia Hoagland
 
E-Mail Address
email
(patricia.hoagland@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
V797P-4237B VA246-12-F-5976
 
Award Date
9/21/2012
 
Awardee
SCRIPTPRO USA INC;5828 REEDS RD;SHAWNEE MISSION;KS;662022740
 
Award Amount
$159,745.00
 
Description
LIMITED SOURCES JUSTIFICATION 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: ScriptPro USA, Inc Manufacturer/Contractor POC & phone number: Terry Debaugh 913-403-5865 Manufacturer/Contractor Address: 5828 Reeds Road, Shawnee Mission, KS 66202 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Salem VA Medical Center 1970 Roanoke Blvd. Salem, VA 24153-6404 VISN:6 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Justification and approval for other than full and open competition for the purchase of Robotic Prescription Dispensing System with collating control center, electronic door locks, reinforced bi-fold doors, peripheral hardware/software, electronic key pads, prescription management checkpoint, and installation for the Salem VA Medical Center (VAMC) Pharmacy, Salem, VA. This procurement is a limited source with ScriptPro USA, Inc. The Salem VAMC currently utilizes the same prescription dispensing systems. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: The Pharmacy Service, Salem VAMC has a requirement for a purchase of an additional Robotic Prescription Dispensing System that can interface with the existing system in use throughout the hospital and clinics. (b)ESTIMATED DOLLAR VALUE: $159,745.00 (c)REQUIRED DELIVERY DATE: 90 Days ARO from date of Order, December 31, 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. X Specific 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. The Salem VAMC requires the exact model for interface with the current prescription dispensing system being utilized. The pharmacy has configured hardware, software and security requirements in place for the prescritpion dispensing units being utilized. __A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) __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. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. X 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. __ An 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: It is the determination of this Contract Specialist that the pursuant award of this procurement will be fair and reasonable to the Government. The requested robotic prescription dispensing system is available from ScriptPro USA and is available on an FSS Contract; this award is consistent with FAR 8.4. It will meet the requirements of the Salem VAMC and is a best value to the Government. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: In accordance with FAR 8.405-1, market research has been conducted using Federal Supply Schedules and it was determined that ScriptPro USA is a limited source, and an FSS schedule holder for the required items. A sources sought was posted to GSA ebuy to solicit the market place for small business vendors and zero response was received. The requested items are on NAC Contract #V797P-4237B, Modification #7, dated September 28, 2009 through September 27, 2014. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: There are no other supporting facts other than those listed. (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: Under the authorities and actions cited and market research conducted, ScriptPro USA holds a NAC Federal Supply Schedule contract for the requested equipment. Furthermore, the systems are already in place at the Salem VAMC, VISN 6. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/Awards/V797P-4237B VA246-12-F-5976.html)
 
Document(s)
Attachment
 
File Name: V797P-4237B VA246-12-F-5976 V797P-4237B VA246-12-F-5976_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=489769&FileName=V797P-4237B-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=489769&FileName=V797P-4237B-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02905804-W 20121003/121001235504-5a7972833827eb9bb5bb5f1f3eeb1ccf (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.