Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
DOCUMENT

70 -- Upgrade Software - Environmental Control Unit, SCI - Attachment

Notice Date
10/3/2018
 
Notice Type
Attachment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
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
36C25218Q9847
 
Archive Date
10/28/2018
 
Point of Contact
Lori Eastmead
 
E-Mail Address
Government Email
(Lori.Eastmead@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
36C25218C0280
 
Award Date
9/28/2018
 
Awardee
ACCESSIBILITY SERVICES, INC.;6241 S TEX PT;HOMOSASSA;FL;34448
 
Award Amount
$1,372,292.00
 
Description
Page 3 of 3 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: 36C252-18-AP-0412 Contracting Activity: Department of Veterans Affairs, VISN 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214-1476. Purchase request pertaining to this acquisition is 578-18-3-969-0844. Nature and/or Description of the Action Being Processed: This is a new contract for hardware upgrade and refresh of the AutonoME (ECU) devices located in the Spinal Cord Injury and Residential Care Facility of the Edward Hines VA Hospital used for Veteran patients with disabilities, Paraplegics, Quadriplegics or Tetraplegia. The units allow veterans with disabilities control over environmental items such as the nurse call, phone, lights, shades and bed. The environment is controlled using voice activation, touch, sip, puff, head mouse and eye gaze technology. Advances in technology advanced to the point that the devices currently installed three years ago are obsolete. This is in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. The planned contract will be a firm-fixed price one-time purchase. Description of Supplies/Services Required to Meet the Agency s Needs: The AutonoME ECU s will be installed in the North and South Ward Clinics of Building 128 Spinal Cord and in the Residential Care Facility (the current units will be de-installed by the vendor). These units were included as part of a National VA mission to install over 1000 AutonoME ECU s over a 3-year period. Due to technological advances the current equipment needs to be upgraded. The estimated value of the procurement is $1,372,292.00 for a one-time procurement not to exceed 12-months from time of award. Statutory Authority Permitting Other than Full and Open Competition: The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Accessibility Services, Inc.(ASI) predominantly services the Department of Veterans Affairs. ASI does not sell their systems through dealers or distributors. The ASI system is already in existence in the facility. Part of this requirement will provide new equipment and in other areas it will require refresh and upgrades. The system will be custom adapted to some of the patients beds/environments depending on the layout of the room and equipment on site. ASI is the only vendor that provides the AutonoME System currently installed in the facility. There would be a substantial duplication of cost to the government that is not expected to be recovered through competition. The entire system would have to be replaced to provide competition for this project. The estimated cost of replacing the system would be approximately $1,853,172.00, an increase of almost $500,00.00. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: An email was sent to a CO who recently awarded a contract as a sole source after posting a sources sought notice to FBO to find out if any vendors had replied to the notice. The CO was not able to find other vendors and the requirement was awarded as a sole source. An intent to sole source notice (36C25218Q9847) was posted for this requirement to FBO from 8/27/18 9/4/18 to inform the market of the Contracting Officers intension. Included in that notice was the product specification and salient characteristics. No capabilities statements were received. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated costs will be considered fair and reasonable. The pricing will be compared to a similar procurement (36C248-18-C-0105) recently awarded by another VA Contracting Officer. The Contracting Officer will also request any available discounts from the vendor. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Searched Vetbiz under NAICS 334118 and key words upgrade autonome, for potential vendors, but no results were found. Reviewed FBO and found a sources sought posting from VISN 2. An email was sent to the Contracting Officer in VISN 2 and he stated that no positive responses were received so it will be awarded as a sole source. A copy of that notice was posted to FBO. An email was sent to the vendor requesting a list of the authorized service providers, if any. The vendor responded in the negative that the AutonoME control units are provided to the VA directly and their systems are not sold through dealers or distributors. Through market research, it has been determined that the requested commercial equipment is available from only one source. As described in Section 6 above, market research, in accordance with FAR Part 10, was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. A notice of intent to sole source (36C25218Q9847) was posted to FBO on 8/27/18 - 9/4/18. Any Other Facts Supporting the Use of Other than Full and Open Competition: No other documents are being developed to support full and open competition. This requirement is to upgrade/update the existing system. The equipment is to support the Spinal Cord Injury/Disorder and Residential Care Facility located at the Edward Hines VA Hospital. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Accessibility Services, Inc. (woman owned small business). 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: No actions are planned to provide competition for this procurement. Portions of the existing system will be replaced while others remain. The upgrade of components is necessary due to technologic advances. Replacing the entire system is not in the best interest of the government nor would it be cost effective. 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. _____________________________ ________________________ Name Date Title Hines VA Hospital 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. _____________________________ ________________________ Lori Eastmead Date Contracting Officer Network Contracting Office 12 _____________________________ ________________________ Jeffrey A. Statz Date Contracting Officer/Services Branch Chief Network Contracting Office 12 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. _____________________________ ________________________ Paul M. Lauro Date Director of Contracting NCO 12 Great Lakes Acquisition Center VHA SAO HCA Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval (if over $68 million) or approve ($700K to $68 million) for other than full and open competition. _____________________________ ________________________ Terry L. Spitzmiller Date Acting Executive Director, SAO Central VHA Head of Contracting Activity (HCA)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/Awards/36C25218C0280.html)
 
Document(s)
Attachment
 
File Name: 36C25218C0280 36C25218C0280_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4619508&FileName=36C25218C0280-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4619508&FileName=36C25218C0280-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05114447-W 20181005/181003230735-eaef5e55b187abea87c3a6a66beab203 (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.