Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SPECIAL NOTICE

65 -- Hill-Rom Centrella & Progressa ICU Air Beds/Frames for Bronx COVID-19 EMERGENCY

Notice Date
6/25/2020 1:44:32 PM
 
Notice Type
Justification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220N0583
 
Archive Date
07/25/2020
 
Point of Contact
Kendall Jones, Contract Officer, Phone: 315-425-4400
 
E-Mail Address
kendall.jones@va.gov
(kendall.jones@va.gov)
 
Award Number
36C24519A0074
 
Award Date
06/25/2020
 
Awardee
HILL-ROM, INC. BATESVILLE 47006
 
Award Amount
1423589.65000000
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT AP: 36C242-20-AP-2122 VHAPM Part 808.405-6 Limiting Sources Original Date: 08/30/2017 Revision 02 Eff Date: 02/21/2020 Page 4 of 7 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C242-20-AP-2122 Contracting Activity: Department of Veterans Affairs, VISN 02, Syracuse VA Medical Center 1304 Buckley Road, Suite 104, Syracuse NY 13212. Organizational Activity: VA Healthcare System James J Peters Bronx 130 W. Kingsbridge Road, Bronx, NY 10468 thru . Description of Action: This acquisition is conducted under the authority of the Multiple Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501}. This is a request for other than full and open competition for 95 Hill-Rom Centrella Beds and 5 Hill-Rom Progressa beds and accessories to be seamlessly integrated into current and expanded facilities at the James J Peters Bronx VA Medical Center. These Hill-Rom Centrella Beds and Hill-Rom Progressa Beds are an essential part of the Medical Center s efforts to combat the COVID -19 Pandemic. Order against: FSS Contract Number: V797P-4434B Name of Proposed Contractor: Hill-Rom Company Street Address: 1069 State Route 46 E City, State, Zip: Batesville, IN 47006 Phone: 800-445-3730 Description of Supplies or Services: The estimated value of the proposed action is The expected period of performance is as follows: Delivery will begin prior to Complete delivery, installation and integration will be prior to A Firm Fixed Price delivery order via VA NE Consortium (VANEC) BPA (36C24519A0074). This is a request for other than full and open competition for Hill-Rom Centrella and Hill-Rom Progressa Bed/Frame requested as essential medical equipment as part of the Medical Center s efforts to combat COVID 19 Pandemic. This proposed new delivery order shall be provided by Hill-Rom, 1069 STATE RTE 46 E, BATESVILLE, IN 47006-9167. The Contractor shall provide Hill-Rom Centrella beds and Hill-Rom Progressa beds and all the following deliverables necessary to prepare the James J. Peters Bronx VAMC in future response to the Covid-19 Pandemic: The Progressa bed system responds to the evolving needs of caregivers, patients and health care facilities. The Progressa bed system is a therapeutic device that acts as a seamless extension of the health care team. Patient mobility; the Progressa bed system provides features and functions that help support early mobility, an intended use of the bed system is to treat or prevent pulmonary or other complications associated with immobility. Patient repositioning; available only with the Progressa bed system, StayInPlace Technology extends the head section of the frame and surface, in unison, to accommodate the natural elongation of the body as the patient sits up, StayInPlace Technology is designed to help address patient migration to the foot end of the bed. The flexibility of the Progressa bed system platform allows you to configure the bed to your current needs and make upgrades as those needs change. The Centrella Smart+ bed is designed to help keep patients safe and simplify how caregivers work: Verbal Safety Alerts - easily understandable verbal prompts that caution caregivers and patients. Heart Rate and Respiratory Rate Monitoring Powered by EarlySense -Provides contact- free, continuous monitoring of heart rate and respiratory rate to enable earlier detection of patient deterioration. WatchCare Incontinence Management System - Provides real-time incontinence alerts to help reduce patient exposure to moisture. Feature Labeling - helps caregivers easily identify key features on the bed. Safeview + System - helps caregivers monitor bed safety status with easy-to-read visual projections. Motion-Activated Nightlight - Illuminates the path to guide patients to and from the bed. Advanced Slideguard feature - reduces patient migration when the head-of-bed is raised. Illumiguide Siderail Handgrip - provides a place to grasp and enhances visibility to safely guide patients back to bed. Enhanced 3-Mode Bed Exit - Includes silence, auto reset and visual/audible safety prompts. Graphical Caregiver Interface (GCI) touchscreen with flip-up panel provides quick access to easy-to-use controls. The Beds requested are assorted beds available including, (95 each Centrella Smart Beds), and (5 each -Progressa bed system). These beds can be supported by an existing service contract for Hill-Rom beds presently used by the medical center. Staff are trained on the unique requirements of the Centrella Smart Beds and the Progressa bed system as they rely on these unique beds capabilities to care for current veterans. This manufacturer s bed standard features with included options are compatible in all aspects to the existing backbone already in place. Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): 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)(C): 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. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: 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. The Hill-Rom Centrella SMART+ beds and the Hill-Rom Progressa Beds requested in this procurement action are an addition to the existing fleet of beds already in use in the Bronx facility. In the interest in continuity of care and standardization across the facility, which limits the number of contractors who would come to the facility to service the beds, procuring the same brand and model of beds already in use throughout the facility constitutes the best value and sound business decision. 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: These beds are available from the recommended vendor on both their VA FSS contract schedule as well as a VANEC BPA (36C24519A0074) developed for the VANEC facilities, including Bronx VAMC. Pricing offered is consistent with VA FSS and BPA pricing. Furthermore, the CO will receive additional quantity discounts when ordering via the Regional BPA. The value of this procurement will exceed making it eligible for an additional discount. The current price of reflects this discount. Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Given the emergency nature of this procurement action and the fact that there is an existing VA Northeast Consortium (VANEC) Hospital Bed BPA, minimal market research was conducted. There are seven (7) vendors listed on the BPA: 1 SDVOSB, 1 Small Business, and 5 Large Businesses. CO confirmed that the small businesses do not offer the required hospital bed. Any Other Facts Supporting the Justification: Use of the regional BPA provides the most expedient way and the best value to procure these critical ICU beds needed to combat the COVID-19 crisis and provide the best possible care to our veterans. 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: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency would have to replace the entire fleet of med surg beds and establish a new maintenance agreement for service and parts for the equipment. The time and cost to replace all equipment and the down time associated with training nurse staff would not be cost effective. Therefore, no other source is capable of providing the 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. 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.) _ DATE NAME TITLE Administration SERVICE LINE/SECTION James J Peters Bronx VAMC FACILITY Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER SIGNATURE DATE Syracuse VAMC, NCO2 NAME AND TITLE FACILITY/NCO/PCO One Level Above the Contracting Officer (Required over the SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. SIGNATURE DATE NAME HIGHER LEVEL APPROVAL (Required for orders over $700,000): VHA RPO HCA Review and Approval (over $700,000 to $68 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Original Date: 08/30/2017 Revision 02 Eff Date: 02/21/2020 Page 6 of 7 Head of Contracting Activity DATE AP: 36C242-20-AP-2122
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3dd44788d1b34c0380bd35825776b926/view)
 
Record
SN05702495-F 20200627/200625230146 (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 |
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.