Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
DOCUMENT

66 -- Supply: Emergency Urinalysis Testing CPRR - Justification and Approval (J&A)

Notice Date
10/1/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Archive Date
10/31/2018
 
Point of Contact
Camille Alderman
 
Small Business Set-Aside
N/A
 
Award Number
V797D-70260 36C24819F0015
 
Award Date
10/1/2018
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 1: Justification for Limiting Sources for Micro-Purchase Threshold up to the SAT VHAPM Part 808.405-6 Limiting Sources Page 1 of 2 Original Date: 08/30/2017 Revision 01 Eff Date: 04/23/2018 DEPARTMENT OF VETERANS AFFAIRS FAR 8 Justification for Limiting Sources (LSJ) For Limiting Sources (<SAT) Acquisition Plan Action ID: 36C248-18-AP-3462 Contracting Activity: Department of Veterans Affairs, VISN 08, James A. Haley Veterans Hospital (JAHVH) located at 13000 Bruce B. Downs Blvd. Tampa, FL 33612. 673-19-1-023-0014. Description of Action: EMERGENCY bridge order to continue existing Urinalysis testing/analyzers to prevent disruption in direct patient care. The Cost Per Reportable Result (CPRR) contract for existing equipment at the lab FSS contract V797P-7090A expired and the last option year cannot be exercised against internal IDIQ contract V797P-7090A VA248-15-F-2583. This is a one-time Emergency. The estimated value of the proposed action is $225,909.14. Order against: FSS Contract Number: V797D-70260 new contract expires 10/05/2022 Name of Proposed Contractor: Beckman Coulter Street Address: 250 South Kramer Boulevard City, State, Zip: Brea CA 92821-6232 Phone: 714-792-3231, Sharon Burkholder Contract Adminstration Description of Supplies or Services: This is an EMERGENCY request to continue existing CPRR supplies of two (2) Iris IQ 200 Sprint / iChem Velocity Automated Urinalysis Systems to the JAHVH and one (1) Iris IQ 200 Elite / iChem Velocity to the New Port Richey Outpatient Clinic. The CPRR program includes all instrumentation and service, implementation costs, patient controls, calibrators, repeat tests, reagents, consumables (urine chemistries tests, urine microscopies, chemistries and microscopies overage), controls, printers, spare parts, and 24/7 service. System handles high volume workloads with short turnaround times, at least 200 samples per hour, and shall deliver well established, standout performance on proficiency surveys. System should eliminate manual microscopy and should provide state of the art digital images and auto-particle recognition software that provides the most extensive and accurate quantification of urine particles, rigorously tested and accurate chemistry assays. This is unusual compelling situation to continue the CPRR program for urinalysis to allow for a competitive Base plus Four Year Options. The urgent need is that the lab equipment is required to run tests continually to meet the demand of the lab and the VA must continue service because any interruption could result in serious injury and the wellbeing of patients. A one-year bridge order for a Period of Performance 1 October 2018 to 30 September 2019 is necessary to avoid interruption of inpatient care and liability to the VA. Beckman Coulter offers the CPRR program and there are no Service Disabled Veteran Owned/Veteran Owned/Small Business resellers/authorized providers. Items covered under Beckman Coulter new FSS contract V797D-70260 expires 10/05/2022. Authority: ORDER AGAINST FSS: Authority of the Multiple Award Schedule Program, Title III of the Federal Property and Administrative Services Act of 1949 (41 USC 251, et seq.); Title 40 USC 501, Services for Executive Agencies; and Section 803 of the National Defense Authorization Act of 2002 (PL 107-107) and implemented by FAR 8.405-6. Mark the applicable exception: An urgent and compelling need exists, and following the procedures would result in unacceptable delays(FAR 8.405-6(a)(1)(i)(A); 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; (FAR 8.405-6(a)(1)(i)(B)); In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order and the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order was not previously issued under sole-source or limited-sources procedures (FAR 8.405-6(a)(1)(i)(C)); or Items peculiar to one manufacturer. An item peculiar to one manufacturer can be a particular brand name, product, or a feature of a product, peculiar to one manufacturer). A brand name item, whether available on one or more schedule contracts, is an item peculiar to one manufacturer (FAR 8.405-6(b)). Rational/explanation to support cited authority: An urgent and compelling need exists, and following the sole source/logical follow on procedures would result in unacceptable delays. Due to time constraints, cost associated in changing vendors and the fact that we cannot award a new long-term contract by 1 October 2018, this emergency order will be placed to prevent a break in service. CO will conduct a competitive Base and Four-Year Option acquisition in FY19. Note that this determination satisfies the requirements of FAR 8.405-6. The requirement to prepare a written justification IAW FAR 6.303 does not apply to Federal Supply Schedules.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6bb898161e13ebe8f2ca790e38d072cb)
 
Document(s)
Justification and Approval (J&A)
 
File Name: V797D-70260 36C24819F0015 V797D-70260 36C24819F0015_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614813&FileName=V797D-70260-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614813&FileName=V797D-70260-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05112375-W 20181003/181001230927-6bb898161e13ebe8f2ca790e38d072cb (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.