DOCUMENT
66 -- AUTOMATED IHC/ISH SLIDE STAINING SYSTEM VAMC SALISBURY, NC - Justification and Approval (J&A)
- Notice Date
- 9/1/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Archive Date
- 10/1/2017
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- N/A
- Award Number
- VA246-17-P-8059
- Award Date
- 9/1/2017
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA246-17-AP-11145 Contracting Activity: Department of Veterans Affairs, Network Contracting Office 6 (NCO 6), on behalf of the VA Medical Center in Salisbury, North Carolina; procurement request number 659-17-3-098-0278. Nature and/or Description of the Action Being Processed: The objective for this request is to procure for Roche Diagnostics Corporation brand BenchMark ULTRA, Ventana HE600, Vantage, and V-Connect pathology analyzing system, by means Other Than Full and Open Competition, for delivery to the VA Medical Center, 1201 Brenner Avenue, Salisbury, North Carolina 28301. A new contract, firm fixed-priced, is planned for this one-time equipment procurement; the estimated value of this procurement is $. This procurement is conducted in accordance with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items and, specifically, FAR Subpart 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies/Services Required to Meet the Agency s Needs: The purchase request submitted to NCO 6 is in support of procuring the brand name equipment stated in paragraph two to support the Pathology and Laboratory Service (P&LMS) patient care workload at the VA Medical Center in Salisbury, North Carolina. This procurement will be awarded to Roche Diagnostics Corporation, 9115 Hague Road, Indianapolis, IN 46256. 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; The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Salisbury VAMC P&LMS has previously relied upon the utilization of station-owned equipment in conjunction with a Requirements-type contract for reagents to provide the required analyses for the anatomical pathology platform. Salisbury VAMC now has opportunity to procure a state-of-the-art equipment upgrade with V-Connect software to fulfill the goal of standardizing this functionality. The upgrade will provide positive patient identification as well as enhance overall safety objectives. Additionally, this procurement for Roche Diagnostics brand equipment provides quality and compatibility with existing equipment in the laboratory. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: The procurement is based on an exclusive offer with significant discounts from Roche Diagnostics, and no other source can provide the same compatible equipment. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Roche Diagnostics Corporation is determined to be a responsible source with respect to contract performance and can provide the required equipment at a fair and reasonable price as evidenced by contracts executed on behalf of several VISNs within the past year (source - Federal Procurement Data System). Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research, in accordance with FAR Part 10, was conducted by internet searches, FPDS and FBO searches. Market research indicates other companies can provide pathology analyzing systems; however, the Salisbury VAMC Medical Service has standardized to the Roche Diagnostics brand based on quality and compatibility with existing non-leased equipment. Any Other Facts Supporting the Use of Other than Full and Open Competition: There are no additional facts in support of this request other than those previously stated. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: No Sources Sought Notice was published due to the exclusive nature of this discounted offer. As such, no parties have expressed interest in writing. 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: A national equipment contract, executed by SAC, may serve to foster competition for future procurements; however, there are no actions which can be presently taken to overcome barriers to competition. 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. Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP: a. Contracting Officer (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. b. Director of Contracting or Designee (Required over $150k but not exceeding $700k): I certify the justification meets requirements for other than full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fb3473324101e65857e3c697583797a7)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA246-17-P-8059 VA246-17-P-8059_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3772609&FileName=-11601.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3772609&FileName=-11601.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-P-8059 VA246-17-P-8059_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3772609&FileName=-11601.docx)
- Record
- SN04659882-W 20170903/170901232444-fb3473324101e65857e3c697583797a7 (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 |