DOCUMENT
Q -- New 5 Yr Hematology Analyzer 459C89115 - Justification and Approval (J&A)
- Notice Date
- 10/27/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Archive Date
- 11/5/2017
- Point of Contact
- Shannon Reid
- E-Mail Address
-
1-9000
- Small Business Set-Aside
- N/A
- Award Number
- V797D40235 36C26118N0090
- Award Date
- 10/26/2017
- Description
- VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 3 of 3 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION FAR PART 8.405-6 - ORDER >$150,000 Acquisition Plan Action ID: VA261-17-AP-10902 / 459-18-105-0010 Contracting Activity: Department of Veterans Affairs, VISN 21, Pacific Islands Healthcare System Medical Center, Honolulu, HI 96819. Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). This is a new requirement for the Lease of a Hematology analyzer w/Supplies & Service Agreement. Order against: FSS Contract Number: V797D40235 Name of Proposed Contractor: Sysmex America Inc. Street Address: 577 Aptakisic Drive City, State, Zip: Lincolnshire IL 60069 Phone: 224-543-9376 Name of Proposed Contractor: Street Address: City, State, Zip: Phone: Description of Supplies or Services: The estimated value of the proposed action is $37,425.60 (total including options $206,800.00). The laboratory needs to lease the hematology analyzer on a cost per reportable result basis. The model is Sysmex XN-1000 to include a cart. This item is peculiar to one manufacture and no other companies are allowed to sell directly to the medical center. The period of performance is one base and four option years. (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), 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) An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Only one source can provide the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. The medical center is using another company s analyzer and are not satisfied with the results. It regularly breaks down and has proven itself unreliable. Parts are difficult to obtain and require long lead times because the depot is on the east coast. The lab also doesn t have a backup analyzer to use when the current one needs to be repaired which effects patient care. The current equipment s technology has not been updated in years and other hospitals are also switching because of this. This vendor has been awarded a BPA for VISN 21 for analyzers, however the Honolulu Lab was not included. To ensure uniformity among medical centers, Honolulu is requesting this be awarded to Sysmex. In the interest of economy and efficiency, the 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. Items peculiar to one manufacturer: A 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.) These are direct replacements parts/components for existing equipment. The 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. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: This order will represent the best value because for the price of equipment that is not reliable, the medical center can receive the most recent technology and reliability. (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 and several other companies that provide analyzers were reviewed. Other hospitals were contacted along with the contracting department. Past Performance of other models were considered. There are no SDVOSB/VOSB/SBs allowed to sell directly to the hospitals. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This is not a set-aside so the Non-Manufacturing Rule and Limitations on Subcontracting rule will not apply. (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 that the contracting office can take to remove or overcome any barriers. The barriers have been created by the company due to equipment failures and by other company s restrictions on allowing distributors to sell directly to a hospital. (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.) Jodi Liao, Chief, Laboratory Services: [SEE SIGNED ATTACHMENT] (10) APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 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. Shannon Reid, Contract Specialist: [SEE SIGNED ATTACHMENT] b. One Level Above the Contracting Officer (Required over$150K but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. Paul Griffin, Director of Contracting (Acting): [SEE SIGNED ATTACHMENT]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ab2e04766c46e8e9aa123c43465b13f)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797D40235 36C26118N0090 V797D40235 36C26118N0090_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3876694&FileName=V797D40235-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3876694&FileName=V797D40235-004.docx
- File Name: V797D40235 36C26118N0090 P03 - Limiting_Sources_Justification_signed JL.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3876695&FileName=V797D40235-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3876695&FileName=V797D40235-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797D40235 36C26118N0090 V797D40235 36C26118N0090_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3876694&FileName=V797D40235-004.docx)
- Record
- SN04725210-W 20171029/171027230924-2ab2e04766c46e8e9aa123c43465b13f (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 |