Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
DOCUMENT

65 -- GE Electrocardiograph System (SDVOSB sole source) - Attachment

Notice Date
9/20/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 224;North Little Rock AR 72114 1706
 
Archive Date
10/20/2018
 
Point of Contact
Sheila D Reed
 
E-Mail Address
7-1053<br
 
Small Business Set-Aside
N/A
 
Award Number
V797P4269B
 
Award Date
9/20/2018
 
Description
VHAPM Part 808.405-6 Limiting Sources Page 2 of 3 Original Date: 08/30/2017 Revision 01 Eff Date: 04/23/2018 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C256-18-AP-0108 Contracting Activity: Department of Veterans Affairs, VISN 16 S.V. (Sonny) Montgomery VA Medical Center 1500 E. Woodrow Wilson Avenue Jackson, MS 39216 Transaction#: 586-18-3-047-0077 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 purchase of electrocardiograph machines, accessories, installation and training. Order against: FSS Contract Number: V797P-4269B Name of Proposed Contractor: TrillaMed, LLC Street Address: 30100 Telegraph Road City, State, Zip: Bingham Farms, MI 48025-4514 Phone: 248-203-9734 Description of Supplies or Services: The estimated value of the proposed action is $ 373,645.88 NX ADDITIONAL: 208913-001 1 MUSE v9 Software Upgrade MUSE V9 ATO Model 1 EA 2054061-001 2 HL7 Interface services CCG HL7Interface 1 EA 2089013-096 3 MUSE Services installation of MUSE v9 upgrade for a Muse V8 1 EA 2066340-001 4 P to P per server migration normal hours 1 EA 2089013-067 5 Muse project management 1 EA 208913-065 6 Integrated HQ training - tuition and lodging 1 EA 2054059-113 7 2.5 day onsite training support 1 EA 2089013-073 8 ITPS Muse EDOC CONNECT CONFIGURATION 1 EA 2089013-091 9 MUSE V9 Service Training with Lodging and Airfare 1 EA 2054059-122 10 Airfare for 1 student 1 EA 2053900-001 11 MAC 5500 HD 18 EA 2055478-001 12 Modular Mac Trolley, Fully assembled 18 EA 2056240-001 13 Barcode Holder Kit, Trolley 18 EA CF-2009828-02 24 14 Paper thermal VSD 155MM 8/CS 18 EA CF-9623-810P 15 Silver MACtrode Plus Electrodes, 10/Card, 1000/Case 18 EA 2091358-001 16 ECG WIFI - LAN GE INSTALL AND CONFIGURATION PER CART CHARGE 18 EA Install Carts 17 Installation of resting ECG system 18 EA 2091267-001 18 Resting ECG training and installation DCAR ONE DAY ON-SITE CLINICAL PRODUCT TRAINING FOR CARTS AND STRESS 3 EA (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 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; 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: It is anticipated the cost is fair and reasonable as already determined by GSA. Pricing will be compared against IGCE and for similar items in the marketplace. (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 limited to determining authorized distributors for GE brand electrocardiographs. Searches were conducted in VIP, Dynamic Small Business and GSA Advantage. It was discovered that GE works with TrillaMed, LLC an SDVOSB for the distributions of this equipment. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The VA Medical Center s GE MAC 5500 s were purchased in 2006-2008 and are in increasing need of repairs. The new model offers upgrades and benefits including options that enhance workflow with improved IT connectivity. (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: None known. (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.) APPROVAL SIGNATURES REMOVED (SDR)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1bd647ef8c99dfcbe186234bea4f488c)
 
Document(s)
Attachment
 
File Name: V797P4269B 36C25618N6221 V797P4269B 36C25618N6221_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601756&FileName=V797P4269B-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601756&FileName=V797P4269B-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05098722-W 20180922/180920231249-1bd647ef8c99dfcbe186234bea4f488c (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.