Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 29, 2016 FBO #5211
DOCUMENT

J -- Service Anesthesia Machines - 537 - Attachment

Notice Date
2/27/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D16Q0375
 
Archive Date
3/10/2016
 
Point of Contact
Lori Eastmead
 
E-Mail Address
Email
(Lori.Eastmead@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA69D-16-C-0081
 
Award Date
2/9/2016
 
Awardee
DOCTORS OXYGEN SERVICE, INC.;10180 S 54TH ST;FRANKLIN;WI;53132
 
Award Amount
$64,860.00
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA69D-16-AP-0861 1.Contracting Activity: Department of Veterans Affairs, VISN 12; Great Lakes Acquisition Center, NCO-12. Requester is Elizabeth Omiatek, Biomedical Engineer for the Jesse Brown VA Medical Center on 2237# 695-16-2-133-0640. 2.Nature and/or Description of the Action Being Processed: New sole source contract to replace expiring (1/31/16) contract VA69D-14-C-0100 procured sole source for same services. 3.Description of Supplies/Services Required to Meet the Agency's Needs: Service contract for 13 Drager Apollo anesthesia machines at the Jesse Brown VAMC. Service contract to include parts, labor, loaner, shipping, preventative maintenance and repair. Also to include travel and labor for preventative maintenance and unscheduled emergency repair service, manufacturer scheduled replacement parts, PM kits and emergency repair parts. Vaporizer output concentration verification is required at each scheduled preventative maintenance visit. 7x24x365 technical telephone support is required. Base + 4 Option years at $63,300 per year. Total estimated value is $316,500. 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): Contract VA69D-14-C-0100 expires 1/31/2016 for same services. Vendor, Doctors Oxygen, is the sole authorized service facility for Wisconsin, Northern Illinois and Indiana. No other vendor, serving this region, would have the access to OEM parts or factory training. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Conducted GSA and NAC MedSurg Catalog for NAICS 811219 and anesthesia, no matches were received. Conducted Vetbiz search under NAICS 811219, but found no vendor that could service anesthesia machines with service in Illinois area. SBA dynamic business search located Medical Service Solutions. When contacted, Ms. Hackensmith stated service was only available in Maryland, Washington DC, Virginia and Pennsylvania. A search of FBO found an attempted SDVOSB set-aside from VISN 17. When contacting the contracting officer, Jerry Hyndman, he stated he only received interest from R&M Reyes Enterprises based in Waipahu, Hawaii and Beacon Point & Associates. R&M provides medical equipment but not services. Beacon Point is a service provider of the manufacturer Drager but only provides service in the region of Texas. It was confirmed with Tom Caltabiano of Drager that Doctors Oxygen is the service provider for Northern Illinois, Wisconsin and Indiana. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Price is the same as previous contract VA69D-14-C-0100 for the base plus all 4 options. $5,300/year for each of the 9 Apollo machines and $3,900/year for the 4 Fabius-Tiro machines. $63,300 total annually and $316,500 for the base plus 4 options value. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Conducted GSA and NAC MedSurg Catalog for NAICS 811219 and anesthesia, no matches were received. Conducted Vetbiz search under NAICS 811219, but found no vendor that could service anesthesia machines with service in Illinois area. SBA dynamic business search located Medical Service Solutions. When contacted, Ms. Hackensmith stated service was only available in Maryland, Washington DC, Virginia and Pennsylvania. A search of FBO found an attempted SDVOSB set-aside from VISN 17. When contacting the contracting officer, Jerry Hyndman, he stated he only received interest from R&M Reyes Enterprises based in Waipahu, Hawaii and Beacon Point & Associates. R&M provides medical equipment but not services. Beacon Point is a service provider of the manufacturer Drager but only provides service in the region of Texas. It was confirmed with Tom Caltabiano of Drager that Doctors Oxygen is the service provider for Northern Illinois, Wisconsin and Indiana. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None 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: Life cycle replacement of the 13 anesthesia machines would bring competition among manufacturers if the decision was made to replace the inventory of machines. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16Q0375/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-C-0081 VA69D-16-C-0081_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2583794&FileName=VA69D-16-C-0081-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2583794&FileName=VA69D-16-C-0081-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04033451-W 20160229/160227233131-fa5071a04b058a8f1765135da47cee93 (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.