DOCUMENT
J -- Hologic Mammography System Service Maintenance Agreement - Justification and Approval (J&A)
- Notice Date
- 4/21/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA52816N0159
- Response Due
- 4/4/2016
- Archive Date
- 7/19/2016
- Point of Contact
- Spivack, Michael
- Small Business Set-Aside
- N/A
- Award Number
- VA528-16-P-0947
- Award Date
- 4/20/2016
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID:_VA528-16-AP-1519__________________________________________ 1.Contracting Activity: Department of Veterans Affairs, VISN 2 Network Contracting Activity (2-90NCA) Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo NY 14210 VA2237 Purchase Requisition #528-16-2-4803-0730 2.Nature and/or Description of the Action Being Processed: This is a request for other than full and open competition for the procurement for a service maintenance agreement for Hologic Mammography, model Selenia Dimensions Tomosynthesis System, whose components are listed below located at the Buffalo VA Medical Center. The service maintenance agreement includes the following: On-site and telephone support to include labor and parts, preventative maintenance services, and software support and updates. The proposed contract action shall be provided by Hologic Limited Partnership Of 250 Campus Dr, Marlborough MA 01752 for a base and four option years from April 20, 2016 through September 30, 2020 with a firm fixed-price contract with a total cost estimated to be $*******. Hologic Mammography, model SELENIA DIMENSIONS TOMOSYNTHESIS SYSTEM Dimensions 3D 5000 Dimensions C-ViewSoftware License and Kit Plastics Coverage Digital CAD SecurView DX-400 Kodak DryView 5950 3.Description of Supplies/Services Required to Meet the Agency's Needs: The requested service maintenance agreement consists of the following: "Telephone and remote diagnostic and repair support 24/7, 365 days/year. "All replacement parts including glassware (x-ray tube and digital array detector). "All Labor & Travel coverage Monday through Friday, 8:00 a.m. to 5:00 p.m., local time, exclusive of Federal Holidays, technician to be onsite with 24hrs of initial request. "Emergency coverage 5 p.m. to 9 p.m., local time, when call is received by 2:00p.m. "Two Preventive Maintenance inspections per year "Includes all Software Updates and enhancements commercially released during term of the agreement for the products/options purchased, in addition to all Safety and Quality Updates. "ACR Compliance. "Excludes new hardware or additional hardware that is required to run software updates or upgrades "Provides replacement for all paddle plastics and face shields broken during the agreement coverage term. Includes five spare paddles to be shipped at the start of agreement coverage term. "Emergency on-site Saturday Coverage. "Renew CPU Hardware Obsolescence. One computer hardware upgrade per covered system will be provided during the service agreement term. Printer Service "Telephone and remote diagnostic and repair support 24/7, 365 days/year. "All replacement parts are included. "All Labor & Travel coverage Monday through Friday, 8:00 a.m. to 5:00 p.m., local time, exclusive of holidays, onsite within 24hrs of initial request. "Preventive Maintenance provided per manufacturer's recommended schedule "Software updates commercially available during the coverage term, are included. 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): Market research has indicated that there are no companies that can provide onsite service support within 24hrs of initial service request by Hologic trained technicians or provide remote diagnostic support via VPN connection to the Hologic Mammography, model Selenia Dimensions Tomosynthesis System as a result of patents and copyrights associated with the system. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A search in GSA Ebuy using the keyword "Hologic" and a search in CCST using the keyword "Hologic" indicated that there are no FSS contracts that can meet this requirement. A search in the Vetbiz database using NAICS code "811219" and the keyword "Hologic" did not identify any potential veteran owned businesses that could possibly meet the requirement. With no relevant SDVOSBs nor VOSBs found on the VetBiz website, a search on the SBA website using the NAICS code 811219 and keyword "Hologic" did not identify any potential small businesses that could meet the requirement. A search on Google using key words "Hologic Digital Mammography suite service maintenance" did not identify any potential businesses other than Hologic Limited Partnership that could possibly provide the requested service maintenance plan. A sources sought notice (VA528-16-N-0159) was posted on FBO from March 25, 2016 to April 4, 2016. Two responses were received in response to the sources sought notice from The Remi Group and Specialty Underwriters LLC, both large businesses. Both companies were contacted by phone on April 1, 2016 and both companies confirmed that they could provide Hologic technicians to perform all services requested, however they would be onsite between 24hrs and 72hrs after the initial request. Also both companies were not able to provide remote diagnostic services through a VPN connection. As a result neither of these two companies can meet the requirements of this procurement. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Price reasonableness shall be determined through comparison of published list prices and a similar procurement to the quoted price. Hologic Limited Partnership has a government discount policy that states that the government will receive *******************. The published list price on the quote for these services is $******* annually and the quoted price for the Buffalo VA Medical Center is $*******, an **% discount off of the list price. The Buffalo VAMC quote was also compared to a quote for a similar system at the Albany VAMC. The annual price on the Albany VAMC quote for Platinum Service plans for their Dimensions 3D 5000 and SecurView DX-40 to include Plastics coverage ($*********, $****** and $******) are identical to the Buffalo quote. The remaining price difference between the two facility quotes can be explained by the Buffalo VAMC requesting service plans for devices not present at the Albany VAMC. A review of the pricing of the additional service plans indicates that these plans have been given the same **% discount off of the list price as the previously mentioned plans. As a result I find the quoted price fair and reasonable. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: See Block 6 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: The Remi Group and Specialty Underwriters LLC 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: None since the main barrier to competition are patents and copyrights held by the manufacturer Hologic Limited Partnership ? 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. _____________________________ ________________________ Lisa RummingsDate Program Support Specialist Buffalo VA Medical Center 13.Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP. a.Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Michael SpivackDate Contracting Officer NCO 2 - Services Team b.Director of Contracting /Designee (Required $150K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Irma FerroDate Division Chief NCO 2 c.SAO (If over 650K): I certify the justification meets requirements for other than full and open competition. _____N/A________________________ ________________________ NameDate Director, Service Area Office, d.VHA HCA Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval (if over $12.5 million) or approve ($650K to 12.5 million) for other than full and open competition. ______N/A_______________________ ________________________ NameDate VHA Head of Contracting Activity (HCA) e.VA Deputy Senior Procurement Executive Approval (over $12.5 million but not exceeding $50 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 other than full and open competition. _____N/A________________________ ________________________ C. FORD HEARDDate Deputy Senior Procurement Executive (DSPE) Office of Acquisition and Logistics Department of Veterans Affairs f.VHA Senior Procurement Executive Approval (over $50 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 other than full and open competition. ______N/A_______________________ ________________________ Jan R. FryeDate Deputy Assistant Secretary for Acquisition and Logistics Senior Procurement Executive (SPE) Department of Veterans Affairs
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52816N0159/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA528-16-P-0947 VA528-16-P-0947_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2686794&FileName=-7623.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2686794&FileName=-7623.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-16-P-0947 VA528-16-P-0947_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2686794&FileName=-7623.docx)
- Record
- SN04091502-W 20160423/160421234731-ba91de72df403852ac67eb0c775e1901 (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 |