Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2017 FBO #5781
DOCUMENT

65 -- 501-17-3-119-0182 ABQ CARTO 3 SYSTEM (VA-17-119179) - Justification and Approval (J&A)

Notice Date
9/19/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0806
 
Archive Date
9/23/2017
 
Point of Contact
Bonny.Payne@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
VA258-17-P-2725
 
Award Date
9/18/2017
 
Description
VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >$150K OFOC SOP Revision 06 Page 2 of 2 Original Date: 03/22/11 Revision 06 Date: 08/30/2017 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA258-17-AP-4718 CARTO 3 SYSTEM (VA-17-119179) Contracting Activity: Department of Veterans Affairs, VISN 22, New Mexico VA Medical Center, Purchase Request# 501-17-3-119-0182. Nature and/or Description of the Action Being Processed: The NAICS code for this requirement 334510 is within the SBA Class Waiver list for Non-Manufacturers. The requirement is for the purchase of a system that maps the electrical conductivity of the heart and is capable of ablating any misfiring areas of the heart that are able to create dysrhythmias that can affect the functioning of the heart and even stop the heart from beating. FAR13.5 Simplified Procedures for Certain Commercial Items: This procurement is for a BIOSENSE WEBSTER CARTO 3 SYSTEM in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 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 estimated value of the proposed action is over the SAT threshold. This is a one-time purchase of NX equipment. Statutory Authority Permitting Other than Full and Open Competition: ( XX) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; - BRAND NAME ONLY ( ) (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; FAR13.5 Simplified Procedures for Certain Commercial Items: 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): There are only two vendors that manufacture this type of equipment (Biosense Webster and St. Jude Medical Inc). The Biosense Webster CARTO 3 Unit meets all of the requirements of the NMVAHCS Cardiology Unit. The St. Jude Medical product does not meet the needs of the NMVAHCS and uses older technology, requires use of multiple patches to trace the conductivity of the heart and requires more supply utilization. Additionally the Biosense system requires less radiation exposure when using fluoroscopy, it has better catheter placement and accuracy which increases safety to the patient. The current system in the NMVAHCS Cardiology Unit has been past its useful life for 2 (two) years. These and other features are proprietary and are not offered by any other manufacturer and therefore, this is a BRAND NAME ONLY requirement for the Biosense Webster (OEM) product from distributors authorized by the OEM only. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Sources Sought Synopsis: If a sources sought synopsis was issued on 8-24-2017, BRAND NAME ONLY. Only one response was received from the SDVOSB Geo-Med LLC offering it as open-market although they have numerous SAC BPAs and GSA contracts. The requirement does exceed the SAT threshold and pursuant to FAR 5.301(b)(6)(ii) the government would be significantly harmed if these requirements are not purchased in the brand name requested. Accordingly, since the requirement exceeds the SAT threshold the sole source justification will be posted. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost will be determined fair and reasonable and provides the basis for this determination. The prices will be evaluated based upon the IGCE and negotiation of any possible discounts. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Discuss any market research conducted pursuant to FAR Part 10 and is documented in the contract file. No other distributors for the BIOSENSE products were identified and the NAICS 334510 was identified as NMR SBA Class waiver (also uploaded to the eCMS contract file.) Upon the ONLY response to the Sources Sought notice for the Brand Name BIOSENSE WEBSTER BRAND NAME ONLY requirement as the only item that can meet the needs of the NMVAHCS Cardiology Unit and to ensure patient safety. Geo-Med LLC provided certification from the OEM that they are authorized distributor for the BIOSENSE products in the Sources Sought response. Only authorized SDVOSB OEM distributors will be acceptable. Any Other Facts Supporting the Use of Other than Full and Open Competition: Future requirements will also post Sources Sought seeking any other SDVOSB sources for competition. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Only one source responded to the sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0806/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA258-17-P-2725 VA258-17-P-2725_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3802956&FileName=-11819.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3802956&FileName=-11819.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04684790-W 20170921/170919232421-2048c913e0a4fbf62c878718eb38f2ff (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.