DOCUMENT
D -- Document Storage System-interface for Ark - Attachment
- Notice Date
- 8/3/2015
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26015N0627
- Response Due
- 5/19/2015
- Archive Date
- 9/30/2015
- Point of Contact
- Adrienne A Umathum
- E-Mail Address
-
6-2796<br
- Small Business Set-Aside
- N/A
- Award Number
- VA260-15-F-3223
- Award Date
- 8/1/2015
- Awardee
- DOCUMENT STORAGE SYSTEMS, INC.;12575 US HIGHWAY 1 STE 200;JUNO BEACH;FL;33408
- Award Amount
- 507,383.00
- Description
- LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 648-15-1-9964-0041, AP VA260-15-AP-1596 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: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Document Storage Systems, INC. GS-35F-0485N Manufacturer/Contractor POC & phone number: Michelle Zabella 561-284-7847Mfgr/Contractor Address: Dealer/Rep address/phone number: 12575 US Hwy One, Suite 200 Juno beach FL 33408 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs 5115 NE 82nd Drive, STE 102 Vancouver, WA 98662 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Document storage and software equipment, software license and technical support. The software is to be installed in our R1 OIT data Centers; there are 2 for VISN 20. This software will save and secure data from the Anesthesia Record Keeping system with in all 8 sites within VISN 20. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: The Agency has developed a memorandum mandating the VA VISN's to house specified Anesthesia record keeping system, therefore this software is mandated and required. The software is proprietary to one contractor. This software will save and share with medical clinician's patient information, medical notes, anesthesia records, surgeon notes, surgery and a multitude of other items found in the statement of work. (b)ESTIMATED DOLLAR VALUE: $400,150.86 for the base year which will include implementation costs along with an estimate total of $1,039,811.16 for base and four 1(one) year option periods. (c)REQUIRED DELIVERY DATE: 01-Agust 2015 through 31 July 2016; not to exceed 31-July 2020. (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. (CHECK ALL THAT APPLY AND COMPLETE) 1Specific 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. Document Storage System, INC is the only reliable and capable contractor that the VHA allows to handle the document storage and safety that is delivered to VISN 20, through the software which is housed in the two R1 OIT data Centers. The contractor has software exclusive licensing rights; this documentation is found in the contract file. 1A 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.) A memo from the contractor is in the contract file to support the above stated facts. 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. This software must be compatible with the CPRS, PACS, ARK and CIS systems that the VA Medical Centers use for daily care of veterans. 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: 8.404 d services offered off of this contractors listed schedule are fixed price and previously determined fair and reasonable at time of award. Furthermore the prices that are being offered for the current services for VISN 20 are the exact same as they were on VA496-A00027. (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 was conducted to make sure this item fell in line with Commercial items and was not a personal service. The services are readily available in the commercial marketplace and the services are not of a personal nature. The services being purchased are available from one contractor therefore no further market research queries were conducted. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: National memo from 2010 describing the national MOU between VHA and OIT is attached; this memo supports the need for the ARK system. The other documentation attached is from the contractor proving that they have exclusive licensing rights to supply the document storage software to support the ARK. (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: There are no actions the agency can take to overcome the barriers to competition. (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.) Eric Thomas SIGNATUREDATE NAMETITLESERVICE LINE/SECTION FACILITY a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. 5/1/2015 CONTRACTING OFFICER'S SIGNATUREDATE Scott Eberle NCO20______________________________ NAME AND TITLEFACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE Nicholas Jenkins NCO 20 Director: Nicholas M. Jenkins Director of Contracting Network Contracting Office 20 HIGHER LEVEL APPROVAL (Required For orders over $650,000): c. SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. SIGNATUREDATE NAME SAOW Director: Christopher S. Williams Acting Director, SAO West d. VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 NAMEDATE VHA HCA: Norbert S. Doyle Head of Contracting Activity (HCA) Chief of Procurement and Logistics Veterans Health Administration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/328f25c8d858c1f12fb03c9e2216166b)
- Document(s)
- Attachment
- File Name: VA260-15-N-0627 VA260-15-N-0627_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208445&FileName=VA260-15-N-0627-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208445&FileName=VA260-15-N-0627-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-15-N-0627 VA260-15-N-0627_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208445&FileName=VA260-15-N-0627-001.docx)
- Record
- SN03821450-W 20150805/150803235518-328f25c8d858c1f12fb03c9e2216166b (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 |