DOCUMENT
J -- EMERGENCY SERVICE: Repair Two AMX-4 Portable X-Ray Machines - Justification and Approval (J&A)
- Notice Date
- 5/30/2014
- Notice Type
- Justification and Approval (J&A)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814Q1097
- Point of Contact
- Michael Pierson
- Award Number
- VA248-14-P-3987
- Award Date
- 5/21/2014
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 8, James A. Haley Veterans' Hospital, KK-0377/673-14-2-046-0332; Justification for other than Full and Open Competition 2.Nature and/or Description of the Action Being Processed: This is a one-time request for Other Than Full and Open Competition for the procurement of materials/parts to repair two GE portable X-Ray systems (KK-0377/673-14-2-046-0332) to first class operating condition. Both systems have drive and charging problems. EE91595 has a bad tubehead arm brake. There is a risk of the x-ray tube hitting a patient. Repair and recertify systems to manufacturer's specifications. 3.Description of Supplies/Services Required to Meet the Agency's Needs: The radiology department is limited due to these two portable X-ray systems being down. They are unable to meet the needs of inpatients' X-rays with two broken portable X-ray systems. In-house staff does not have the specialized test equipment and parts required to perform this critical level of service. 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): These units were recently upgraded to digital capability by Virtual Imaging. These upgrades had an initial cost of over $120,000 per unit and each is currently under warranty. As the upgrades are completely integrated into the unit; any involvement by another company to affect a repair would, in most cases void the factory warranty of the upgrades. As the upgrades replace a multitude of OEM parts from the original manufacturer; Virtual Imaging would be the only vendor with the familiarity of the product with the knowledge and skill sets required to affect a proper repair without risking each unit to additional functional issues. The hospital must have functional medical equipment that is used for patient procedures. These systems are highly specialized patient diagnostic systems requiring specialized training, tools, and equipment for proper repairs. Parts replaced must be FDA approved and compatible with the existing systems to ensure proper functionality. Patient care would be negatively impacted if there was a unacceptable delay in obtaining these repair services. Without timely repair of this system, patient procedures would need to be postponed (if clinically possible due to the patients' conditions) or sent to other facilities on fee basis. Non-emergent procedures are already scheduled (including a full schedule daily) and would need to be postponed and rescheduled if possible or sent out causing unacceptable delays in patient care. These two units were recently upgraded by Virtual Imaging; these warranties would be invalidated if another vendor was selected to work on these units. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Market research was performed. Only a few vendors were located who could provide the services on this specialized equipment or could procure the necessary FDA approved repair parts. Compared OEM service rates to Virtual Imaging rates and Virtual Imaging provides the service at a lower rate than the OEM (GE Medical Systems) at this time. These two units were recently upgraded by Virtual Imaging; these warranties would be invalidated if another vendor was selected to work on these units. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: This is for an initial estimated repair not to exceed (NTE) the initial planned funding of $10,000.00. ALL repairs are NTE agreed upon Firm-Fixed-Price without additional approval and modification of this order by an authorized and warranted Contracting Officer. The contractor (Virtual Imaging) will, after initial consultation provide the contracting officer in writing the actual anticipated cost of repairing each system before the commencement of any work performed. Price reasonableness will be determined based on established catalog/market prices for the maintenance, calibration or repair of equipment. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was performed. Compared OEM service rates to Virtual Imaging rates and Virtual Imaging provides the service at a lower rate than the OEM (GE Medical Systems) at this time. These two units were recently upgraded by Virtual Imaging; these warranties would be invalidated if another vendor was selected to work on these units. It is our policy to seek full and open competition to the largest extent possible while fulfilling the necessary requirements. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: A statement of work has been developed for this procurement (firm-fixed-price repair), but the critical need for these repair services is time-sensitive and delays can have an adverse impact on patient care. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: State "See Section VI above." 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: Compared OEM service rates to Virtual Imaging rates and Virtual Imaging provides the service at a lower rate than the OEM (GE Medical Systems) at this time. Since these systems are currently under warranty through Virtual Imaging, the use of competition would cost the Government a considerable amount since any further repairs to the upgraded parts of the system would become voided and no longer covered under the warranty. Once the warranty has expired; future repairs and maintenance may be solicited competitively. It is our policy to seek full and open competition to the largest extent possible while fulfilling the necessary requirements. The Government shall post a notice on Federal Business Opportunities (www.fbo.gov) that permits prospective vendors to submit their respective technical capabilities solely for consideration in future acquisitions for the similar supplies and services. 12.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. May 15, 2014__ Julie I. LybanonDate Chief, Biomedical Engineering Section James A. Haley Veterans' Hospital 13.Approvals in accordance with FAR 6.304 a.Contracting Specialist Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Name: Michael PiersonDate: 05/16/2014 Contracting Specialist NCO - 08 b.Contracting Officer's Certification: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Name: Johnny JonesDate: 05/19/2014 Contracting Officer NCO - 08 c.Supervisor: I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Donnette NylandDate: 05/22/2014 Product Line Supervisor VISN 8
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814Q1097/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA248-14-Q-1097 VA248-14-Q-1097_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394249&FileName=VA248-14-Q-1097-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394249&FileName=VA248-14-Q-1097-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-1097 VA248-14-Q-1097_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394249&FileName=VA248-14-Q-1097-000.docx)
- Record
- SN03381165-W 20140601/140531021827-e798d15e65935886260e891896ad6c0c (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 |