Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 31, 2020 SAM #6972
SPECIAL NOTICE

J -- Omnicell Robot Support and Service

Notice Date
12/29/2020 7:38:58 AM
 
Notice Type
Justification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021P0197
 
Archive Date
01/28/2021
 
Point of Contact
Jared Zinsmeister, Contracting Officer, Phone: 360-852-9859
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Award Number
36C26021P0197
 
Award Date
01/01/2021
 
Awardee
OMNICELL, INC. MOUNTAIN VIEW 94043
 
Award Amount
85500.00000000
 
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 10 Page 1 of 9 Original Date: 03/22/11 Revision 10 Date: 09/10/2020 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C260-21-AP-0863 Contracting Activity: Department of Veterans Affairs, VISN 20 VA Puget Sound Healthcare System (VAPSHCS) Facilities Management Service (FMS), 663-21-2-213-0033. Nature and/or Description of the Action Being Processed: VAPSHCS requires on-site, a full-service maintenance and repair contract to ensure that the Seattle Division Omnicell Automated Pharmacy Equipment are kept in proper operating condition and ready for to safely and effectively deliver medications. This contract includes all parts and service to properly provide preventative maintenance, on-site repairs, to ensure that all units are fully operational according to manufacturer specifications prior to departure. Description of Supplies/Services Required to Meet the Agency s Needs: VAPSHCS has a new requirement for a five-year contact with a base year and four option years. Omnicell will be providing annual preventative and as-needed corrective maintenance repairs on the robot system in place for in-patient pharmacy. These repairs will be for the physical equipment and include the proprietary software that is installed on the Robot-Rx and Envelope Delivery system attached. The following are the Robot automation systems covered by the contract: Envelop Delivery System Maintenance. Robot-RX Rx3000-HP 12 ft Maintenance. This base year is scheduled to start 01/01/2021-12/31/2021. These services are required to be done by Omnicell as they are the original manufacturer and have proprietary software that runs the automation system vital to patient care. The estimated base year cost is $85,500.00 with an estimated life cost of $463,095.60. Statutory Authority Permitting Other than Full and Open Competition: ( X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by FAR 6.302-3; ( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by FAR 6.302-4 ( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by FAR 6.302-5; ( ) (6) National Security per 41 USC §3304(a)(6) as implemented by FAR 6.302-6; ( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by 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): Omnicell is the original manufacturers of this equipment. This equipment has specific embedded operating software that was designed by the manufacturer and cannot be operated on by an industry standard. The operating system and physical parts of the machine are proprietary equipment specific to Omnicell. No other vendors of any size are authorized to preform OEM maintenance/service on the equipment without voiding the warranty. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: No actions were taken by the agency, as the vendor is the only OEM authorized vendor to perform maintenance/service on their proprietary equipment without voiding the warranty. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The estimated life cost of the contract is anticipated to be fair and reasonable IAW FAR 13.106-3(a)(2)(ii). Several other purchases for similar maintenance of similar equipment has been found fair and reasonable on previous purchases Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: A search of VIP using NAICS code 339112 was conducted, as well as a search of SBA using NAICS code 339112. Several existing and expired FSS contracts were searched, as well as VISN 20 BPA VA260-17-A-0004. The marketplace is limited to the manufacture. Omnicell is the original manufacture of this equipment. This equipment has specific embedded operating software that was designed by the manufacture and cannot be operated on by an industry standard. The operating system and physical parts of the machine are proprietary equipment specific to Omnicell. Any Other Facts Supporting the Use of Other than Full and Open Competition: N/A Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: N/A 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: At this time he agency is bound to the proprietary equipment, and cannot take any actions to remove barriers to competition as the manufacture is the only source for OEM service. 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. _____________________________ ________________________ Name: Brian M. Corey Date Title: Branch Chief, Business Support - Logistics Facility: NCO 20 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. _____________________________ ________________________ Name: Peggy L. Bowen Date Title: Chief, Division I Facility: NCO 20 JOFOC Log Number: 2020-12-18T13:34:54
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a9efe2259e44fb38915f57d4e86c1d9/view)
 
Record
SN05881749-F 20201231/201229230111 (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.