DOCUMENT
J -- Infusion Pump Software Support Services - Attachment
- Notice Date
- 8/31/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25218N3665
- Archive Date
- 9/30/2018
- Point of Contact
- Lori Eastmead
- E-Mail Address
-
Government Email
(Lori.Eastmead@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- V797D-30183 36C25218F5098
- Award Date
- 8/31/2018
- Awardee
- CAREFUSION SOLUTIONS, LLC;3750 TORREY VIEW CT;SAN DIEGO;CA;92130
- Award Amount
- $281,380.00
- Description
- Page 1 of 3 Revision 01 Eff Date: 04/23/2018 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID:VA252-18-AP-4794 Contracting Activity: Department of Veterans Affairs, NCO12, Great Lakes Acquisition Center, 115 South 84th Street, Milwaukee, WI, 53214-1476. Transaction 695-18-2-133-2516, software support services for infusion pumps (CareFusion). 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 procurement will be awarded as a new task order against contract V797D-30183 for software support for the infusion pumps located throughout NCO12 to include Jesse Brown VA Medical Center, Hines VA Hospital, Iron Mountain VA Medical Center, Madison VA Hospital, Capt. James A. Lovell FHCC, Tomah VA Medical Center, Milwaukee VA Medical Center, Green Bay Community Based Outpatient Clinic (CBOC) and Danville VA Medical Center. Order against: FSS Contract Number: V797D-30183 Name of Proposed Contractor: CareFusion 2200, Inc. Street Address: 3750 Torrey View Court City, State, Zip: San Diego, CA. 92130-2622 Phone: 708-738-3508 Description of Supplies or Services: The estimated value of the proposed action is $ 283,000.00 for one year (12 months). The purpose of this procurement is to provide software support service for approximately 3,950 devices located throughout VISN 12. The service includes utilizing current BD CareFusion software on Alaris devices and provides online education. The software communicates directly with the Alaris equipment providing information about infusions, infusion alarms and other parameters to the centralized server. The period of performance will be one year (12-months) from 9/1/2018 8/31/2019. (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. Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; This requirement must provide real-time service for monitoring the systems manager to ensure system uptime, functionality and optimization. Security data is stored on the server which provides reports to the system users. The delivery of the upgrades between VA and BD CareFusion and installation of enhancements will be performed remotely. The software is proprietary to CareFusion and is used to communicate with the devices. The manufacturer is the only vendor capable of performing the service. (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: CareFusion has a Federal Supply Schedule 65 IIA contract V797D-30183 that has been determined to be fair and reasonable by the Contracting Officer. CareFusion also provides a 10% discount below the FSS pricing. The previous task order VA69D-15-J-4996 was a base year and two option years, $255,550.00 per year. The total contract price was $766,650.00. The previous contract did not include Danville software. The Contracting Officer will request any further available discounts from the vendor. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: The Contracting Officer reviewed VIP (Vetbiz). Only one vendor was found which provides the products. No vendors were found that provide the service. A search of GSA revealed the current contract with CareFusion (V797D-30183). Searches were conducted on Ability One and Unicor. The required services were not available from either source. The Contracting Officer reviewed the previous task order (VA69D-15-J-4996). This task order was placed as a sole source to CareFusion due to interconnectivity with proprietary software. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This service requires remote access. No other vendor has the capability of accessing the vendors proprietary software to troubleshoot the system. (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: No other actions are available due to the proprietary nature of the software and the requirement for remote access in support of specialized medical equipment. (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. Robert Steldt Date Chief, Biomedical Engineering Clement J. Zablocki VA Medical Center (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. ______________________________________ __________________________ Lori Eastmead Date Contracting Officer Network Contracting Office 12 __ _____________________________________ ___________________________ Jeffrey A. Statz Date Contracting Officer/Services Branch Chief Network Contracting Office 12 b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. ___________________________________ ____________________________________ Paul M. Lauro Date Director of Contracting NCO 12 Great Lakes Acquisition Center
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/Awards/V797D-30183 36C25218F5098.html)
- Document(s)
- Attachment
- File Name: V797D-30183 36C25218F5098 V797D-30183 36C25218F5098_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572924&FileName=V797D-30183-006.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572924&FileName=V797D-30183-006.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797D-30183 36C25218F5098 V797D-30183 36C25218F5098_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572924&FileName=V797D-30183-006.docx)
- Record
- SN05067557-W 20180902/180831231344-b09568c40df2213bbdac5d0d9de2e520 (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 |