DOCUMENT
66 -- ION S5 GENESTUDIO SYSTEM - Attachment
- Notice Date
- 9/18/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9904
- Archive Date
- 11/16/2018
- Point of Contact
- Aleta Jennette-Contracting Officer
- E-Mail Address
-
Aleta.Jennette@va.gov
(Aleta.Jennette@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- 36C24218P3672
- Award Date
- 9/17/2018
- Awardee
- FISHER SCIENTIFIC COMPANY L.L.C.;300 INDUSTRY DR;PITTSBURGH;PA;15275
- Award Amount
- $660,749.93
- Line Number
- 64
- Description
- OFOC SOP Revision 08 Page 3 of 3 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C242-18-AP-3531 Contracting Activity: Department of Veterans Affairs, VISN 02, Department of Veterans Affairs, James J. Peters VA Medical Center. Organizational Activity: James J Peters Bronx VAMC 130 West Kingsbridge Road, Bronx NY 10468 thru 2237# 526-18-4-3086-0364. This is a Brand Name only justification for a non-competitive acquisition. Nature and/or Description of the Action Being Processed: This proposed action is for approval to sole source a new contract for an exaxt brand name Ion Genestudio S5 prime system for pathology and Laboratory medicine department at Bronx VAMC. This is to support operations of a Next Generation Sequencing (NGS), to include the Ion GeneStudio S5 System, two Ion Chef automated liquid handler systems, a QS3 QPCR system and eleven different ancillary items needed for proper operation of the aforementioned equipment. The Ion Genestudio S5 series is flexibly designed to enable a broad range of targeted NGS applications with industry-leading speed and scalability. The Ion S5 next generation sequencing system enables a simple targeted sequencing flow for the lab without compromising performance or reliability. It leverages the speed semiconductor sequencing data in as little as 2.5 hours and enable you to go from DNA library to data in as little as 24 hours with only 45 minutes of total hands-on time. The request is a follow-on procurement, The NGS center will require pre-sequencing and post-sequencing room separation; two rooms of the current pathology laboratory at the James J. Peters VAMC have been identified and wil be dedicated for this new center. This space will allow for the extraction, library preparation, sequencing, analysis equipment to be housed as required for clinical molecular testing. While the current proposal uses advanced automation to reduce labor requirements, the current molecular pathology staff will be increased from 3 FTEEs to 5FTEES to account for the small increases in labor requirements. Description of Supplies/Services Required to Meet the Agency s Needs: This request is for a brand name, fixed-price purchase order to supply the equipment needed to get the Next-generation project up and running at the facility. This includes purchasing as a sole source, the Ion GeneStudio S5 System, two Ion Chef automated liquid handler systems, a QS3 QPCR system and eleven different ancillary items. Because the existing equipment is compatible with robotic liquid handlers, it will help in the management of utilizing specific and traceable infection control and quality control guidelines as set forth by ACHC(JACHO) standards. Once the sample is prepared by Hamilton robotic liquid handler, it will be placed in this equipment for analysis. This step called library preparation which is normally time consuming, and human mistakes can happen, will be eliminated and help with the impact on diagnosis and treatment of cancer. This will meet the agency s need. 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, Development or Research Capability or Expert Services Per FAR 6.302-3; () (4) International Agreement per FGAR 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; 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 two major manufacturers of NGS equipment, and. Facility staff doctor met with both of the manufacturers, however, only is willing to provide instrument as well as assay setup; this is essential given the lack of local expertise, and is thus a requirement to be able to bring the equipment into operation for care of the Veteran patients. While the equipment can be purchased from, they are unwilling to provide assay set up and validation, and have demanded that we use a separate external consultation contract, which would add significantly to the overall costs of the project. Moreover, this order has been custom tailored to match with a separate vendor s for advanced liquid handling robotics. If there is a change to either of those orders, then the corresponding order would need to be reconfigured to match the new specifications. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: There are two major manufacturers of NGS equipment, and. We met with both of the manufacturers, however, only is willing to provide instrument as well as assay setup; this is essential given the lack of local expertise, and is thus a requirement to be able to bring the equipment into operation for care of our Veteran patients., they are unwilling to provide assay set up and validation, and have demanded that we use a separate external consultation contract, which would add significantly to the overall costs of the project. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Contracting Specialist performed reviews of previous purchases on FPDS, and independent review sites specifically regarding costs of the product with required ancillary items. CS has determined that the price is fair and reasonable to the federal government. CS will also seek any discounts as part of purchase requirement Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market Research was conducted, to include consulting with an account manager at. The market research consisted of checking VIP (Veterans Information Pages), SBA, GSA & posting an intent to sole source on FBO (Fedbiz Opps) to see if there were available vendors that could supply the ION Genestudio S5 Prime System on contract or on open market. The result was VIP showed a potential of 94 SDVOSB & VOSB vendors available under NAICS 334516. GSA showed only 1 VOSB vendor. SBA small dynamics had a group of vendors, but when vendors were called they informed CO that they did not carry the requested system. Further research indicated VOSB vendor is a reseller and would be subject to Non Manufacture rule, in which there is a waiver for this equipment, but it would not be of use in this particular case, because the vendor is just a distributor and lack the technical capabilities to service the equipment or install, they would just be a pass through only. Additionally, OEM (Original Equipment Manufacturer) supplied a letter indicating they are the only installers and only ones capable of performing service on the equipment. Any Other Facts Supporting the Use of Other than Full and Open Competition: product requirements have been custom tailored to match with a separate vendor s for advanced liquid handling robotics. If there is a change to either of those orders, then the corresponding order would need to be reconfigured to match the new specifications. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: 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: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency would have to replace th entire physiological system. The time and cost to replace all equipment and the down time associated with training technicians would not be cost effective. Therefore, no other source is capable of providing proprietary components required to meet the Government s need. 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. _____________________________ ________________________ Date James J Peters Bronx VAMC Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Date One Level Above the Contracting Officer (Required over SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/Awards/36C24218P3672.html)
- Document(s)
- Attachment
- File Name: 36C24218P3672 36C24218P3672_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596359&FileName=-15168.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596359&FileName=-15168.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218P3672 36C24218P3672_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596359&FileName=-15168.docx)
- Record
- SN05095318-W 20180920/180918231511-3cc13108c259fff7f05f3d218e482f02 (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 |