SPECIAL NOTICE
70 -- ***EMERGENCY*** Censitrac Workstation for Federal Health Care Center (FHCC)
- Notice Date
- 7/17/2020 1:21:25 PM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25220Q0712
- Archive Date
- 08/16/2020
- Point of Contact
- carl.weber3@va.gov, Carl Weber, Phone: 414-844-4873
- E-Mail Address
-
carl.weber3@va.gov
(carl.weber3@va.gov)
- Awardee
- null
- Description
- Page 1 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C252-20-AP-3077 (1) Contracting Activity: Department of Veterans Affairs Great Lakes Acquisition Center, NCO-12 115 South 84th Street, Suite 101 Milwaukee, WI 53214-1476 Department of Veterans Affairs Federal Health Care Center (FHCC) 3001 Green Bay Road, Bldg. 138 North Chicago, IL 60064-3048 Identify purchase request number: 556-20-3-2993-0281 (2) Description of Action: Order against: FSS Contract Number: GS-35F-0462X Name of Proposed Contractor: Censis Technologies, Inc. Street Address: 830 Cresent Centre Dr Ste 610 City, State, Zip: Franklin, TN 37064-7323 Phone: (615) 468-8029 (3) Description of Supplies or Services: The estimated value of the proposed action is $X.XX Federal Health Care Center (FHCC) located in North Chicago, Illinois has an emergent requirement for Censitrac Workstation that will be used by Sterile Processing Service (SPS) in order to provide a flexible portfolio of surgical instrument tracking options using CensiTrac, a highly advanced, web-based, Client-friendly platform. (4) 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: FHCC has a vast number of compliance documents that must be continually tracked for accuracy to include real-time results in order for the facility to share files within VISN 12. 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. (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: Supplies offered on the schedule are listed at fixed prices. Services offered on the schedule are priced either at hourly rates, or at a fixed price for performance of a specific task (e.g., installation, maintenance, and repair). GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). By placing an order against a schedule contract using the procedures in 8.405, the ordering activity has concluded that the order represents the best value (as defined in FAR 2.101) and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government s needs. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Original Equipment Manufacturer (OEM) for this requirement is Censis Technologies, Inc. who is considered an Other Than Small Business (OTSB) per System for Award Management (SAM) Reps & Certs. VIP query on June 16, 2020 revealed zero possible Service-Disabled/Veteran-Owned Small Businesses (SD/VOSB) who could perform the work under keyword Censitrac or Censis. GSA Advantage search revealed items can be purchase through: Contractor: Censis Technologies, Inc. Schedule: GS-35F-0462X MAS Schedule: MAS/511210 SIN: 132-32 Government-wide database on June 16, 2020 revealed that Censis Technologies, Inc. has a Base-Plus-Four BPA with the VA Schedule 36C26220A0025, awarded June 30, 2020. (7) Any Other Facts Supporting the Justification: Urgent and Compelling Urgency (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: Censis Technologies, Inc. has been cleared by the Department of Veterans Affairs per Information Security Officer and Privacy Officer dated 03/13/2018 regarding memorandum of understanding and interconnection security agreement. Furthermore, this procurement has received ATC approval to join existing 1693 at FHCC. Lastly, the Acquisition Review Request Document for ARM Number 99634 has been approved by the following: ARM Requestor: Brian Weaver Submitted Date: 07/09/20@14:31 Management Quality & Control Review: Richard Cable Approval Date: 06/25/20@11:35 Infrastructure Operations Review: Gene Womack Approval Date: 06/25/20@12:19 Security Oversight & Compliance Review: Jonathan Miller Approval Date: 07/07/20@08:35 Solution Delivery Review: Raj Baxi Approval Date: 07/09/20@13:32 Initial FITARA Review: Johnathan Ward [Proxy to Robert Buckley] Approval Date: 07/09/20@13:59 Finalize Acquisition Strategy: Brian Weaver Submitted Date: 07/09/20@14:31 FITARA Approval: Johnathan Ward [Proxy to Robert Buckley] Approval Date: 07/09/20@16:58 Budget Tracking Brian Weaver Approval Date: 07/10/20@08:18 (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 ______________________________________________________ Carl R. Weber Contract Specialist (10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Based on the information provided above, it is determined this procurement shall be sole source to Censis Technologies, Inc. IAW FAR 6.302-2, FAR 8.405-6, and 41 U.S. Code ยง 3304(a)(2). a. Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ______________________________________________________ Thomas H. Chesak Contracting Officer b. 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. ______________________________________________________ Parris S. Weidenbach Equipment Branch Chief Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5140a65f9d6241b6addcd51a0667ec0b/view)
- Record
- SN05724580-F 20200719/200717230135 (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 |