SPECIAL NOTICE
65 -- COVID19 SUPPORT - AVASURE PATIENT MONITORING SYSTEM
- Notice Date
- 4/9/2020 12:20:22 PM
- Notice Type
- Justification
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020P0999
- Archive Date
- 05/09/2020
- Point of Contact
- Kellie Konopinski 734-222-4330 Kellie.Konopinski@va.gov
- E-Mail Address
-
kellie.konopinski@va.gov
(kellie.konopinski@va.gov)
- Award Number
- 36C25020P0999
- Award Date
- 04/09/2020
- Awardee
- AVASURE LLC;5801 SAFETY DR NE;BELMONT;MI;49306
- Description
- VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 1 of 9 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) COVID-19 EMERGENCY PROCUREMENT Acquisition Plan Action ID: 36C250-20-AP-1946 Contracting Activity: Department of Veterans Affairs, NCO 10, Detroit VA Medical Center, 553-20-3-211-0357 Nature and/or Description of the Action Being Processed: The Detroit VAMC is requesting an emergency procurement of 14 mobile telesitter units and 18 telesitter ceiling units as part of the response to the COVID-19 Pandemic. This equipment will reduce the amount of direct exposure to patients with COVID 19 or under investigation of COVID 19; therefore, keep staff members safer as they are treating this population of patients. This emergency procurement will be awarded as a new firm-fixed price contract and should be procured directly through AvaSure. FAR 13.5 Simplified Procedures for Certain Commercial Items: This procurement is for telesitter units 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. Description of Supplies/Services Required to Meet the Agency s Needs: The Detroit VA Medical Center is procuring the AvaSure Telesitter Solution on an emergent contract in response to the COVID 19 Pandemic. This shall include Server License, Monitoring License, 14 mobile units and 18 ceiling units, required software, installation services, project management and program development services, and training/support related to the installation and program implementation. Products include Guardian Hardware mobile units, US Power Cord-10 Medical, Guardian Hardware-ceiling-Drywall, Monitor Station-40 Monitor, and spare parts kits with 10 10ft power cord. Services include: AvaSure Project Management Services, Avasure Clinical services (one follow-up visit within 1 year of Go live date) and Avasure install services. This will include: Project planning & engineering, Onsite deployment, Server Setup Monitor station setup, Device assembly/assembly prep, Device initialization & test verification, Device wireless connectivity testing/validation, if applicable, BioMed/IT training, 18 - CAT 6a network cable runs to Customer identified rooms, Installation of AvaSure devices in Customer identified rooms, Installation of patch panels and cable management in IDFs, and Customer responsibility to provide switching configuration and uplink to meet customer standards. The Detroit VA Medical Center estimates that the total cost for the project is $557,992.75 and anticipates an estimated delivery date of May 8, 2020 for the equipment and June 8, 2020 or before for installation. Statutory Authority Permitting Other than Full and Open Competition: This emergency procurement will be permitted under the FAR 6.30-2 as it relates to the COVID 19 Pandemic. In addition, AvaSure is the only Contractor who can supply this technology. ( X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( X ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 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): Unusual and Compelling Urgency: The Detroit VAMC is requesting an emergency procurement of 14 mobile telesitter units and 18 telesitter ceiling units as part of the response to the COVID-19 Pandemic. This equipment will reduce the amount of direct exposure to patients with COVID 19 or under investigation of COVID 19; therefore, keeping staff members safer as they are treating this population of patients. This equipment will help stop the exponential spread of COVID 19 among both staff members and patients. Without the equipment, the risk of exposure is much higher and the longer term effect is that we will have more staff call-ins due to illness and potential staffing shortages. Furthermore, this technology and equipment will allow nurses to be able to monitor multiple patients at once from a central monitoring station which is a resolution to the critical staff shortage of nurses that the Detroit VAMC is facing. COVID 19 has been considered a National Pandemic by the CDC. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements: AvaSure holds proprietary rights to software, upgrades, and component equipment to be used with the video monitors. All repairs/ upgrades must be completed with the use of OEM parts in accordance to all manufacturer specifications. The AvaSure TeleSitter Solution will be used to centrally monitor patients using 1-way video and 2-way audio from the patient room via one of the Guardian Hardware options: mobile, ceiling, or wall devices. These devices will utilize existing Hospital wired or wireless network and may be moved from room to room as needed. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: See market research described in section 8. IAW FAR 6.305 this Justification will be posted to Contracting Opportunities within 30 days of award. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The price is anticipated to be fair and reasonable in comparison to vendor list price for each item. On the quote received, the list prices were stated and then we received a discount of 15-40% off for certain items. The total savings through the discounts was $146,711.25. The original list price for all items was $704,704.00. After discounts, we will pay $557,992.75. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: VIP was queried under NAICS 334290 and 172 concerns were found. A keyword search of telesitter along with NAICS 334290 resulted in zero concerns. GSA was review and it was found that there is one SDVOSB that was a distributor for Avasure. However, AvaSure was contacted and confirmed they are partnered with the SDVOSB, but that acquisition option is only for a 1-year subscription. They confirmed they are the sole source for capital purchases of equipment. NAC Search had zero results. Any Other Facts Supporting the Use of Other than Full and Open Competition: None Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Avasure 5801 Safety Drive | Belmont, MI 49306 P: 231-740-7059 E: Daniel.Martin@AvaSure.com 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: The requesting service will survey the market when this requirement recurs in order to determine if alternative sources are available. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d913fab8f3bc43d1b793d66567f9a9e1/view)
- Record
- SN05615606-F 20200411/200409230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |