AWARD
Q -- Fujifilm FDR Go Plus Portable Image equipment Service contract
- Notice Date
- 5/9/2023 8:20:59 AM
- Notice Type
- Award Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C257-23-AP-1478
- Archive Date
- 05/12/2023
- Point of Contact
- Robert M Clark Jr, Phone: 5122281088
- E-Mail Address
-
robert.clark15@va.gov
(robert.clark15@va.gov)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Award Number
- VA797H-17-D-0020
- Award Date
- 05/09/2023
- Awardee
- FUJIFILM HEALTHCARE AMERICAS CORP MA 02421-3160 USA
- Award Amount
- 571800.00
- Description
- )� 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).� Full service maintenance contract for Fujifilm Healthcare mobile X-ray image system and equipment. The service contract will include unlimited repairs, parts, software updates. The contractor is to perform preventative maintenance in accordance with the manufacture recommendations. The location of the Mobile X-ray imaging equipment is VAMC Audie L. Murphy. Order against:� ���FSS Contract Number: NAC VA797H-17-D-0020 Name of Proposed Contractor: Fujifilm Healthcare Americas Corp Street Address: 81 Hartwell Ave City, State, Zip: Lexington, MA 02421-3160 Phone: 203-363-03305 �(3)� Description of Supplies or Services: The Contractor, the owning service, and Biomedical Engineering will work �together to coordinate Preventative Maintenance (PM) inspections. PM �inspections will be carried out in accordance with applicable manufacturer� �operational manuals and in a manner that clearly demonstrates that the �equipment satisfies or exceeds all manufacturers technical specifications. The �Mobile X-ray FDR Go Plus and equipment will have their PM Schedules �conducted one time per year, depending on the equipment. �Beginning as soon as an agreed-upon service contract us accepted. All PM inspections are �the sole responsibility of the Contractor. The VA will not be held accountable for informing �the Contractor that a PM inspection is scheduled. After the contract has been awarded, PM �inspections will take place on a weekday at a time to be determined. The Contractor, the Equipment user, and the Contracting Officers Representative (COR) must all agree to the �PM inspection frequency. Base Year:��������������� 09/25/2023 � 09/24/2024 Option Year 1:�������� 09/25/2024 � 09/24/2025 Option Year 2:�������� 09/25/2025 � 09/24/2026 Option Year 3:�������� 09/25/2026 � 09/24/2027 Option Year 4:�������� 09/25/2027 � 09/24/2028 Estimated value of each Period (Base plus 4 Option Years) is $114,360.00, a year for a total contract value of $571,800.00. (4)� Identify the Authority and Supporting Rationale: ������� 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. Fujifilm Healthcare is the Original Equipment Manufacturer of the FDR Go Plus Mobile X-ray DR System equipment, which is a Fujifilm Healthcare proprietary product, covered by Fujifilm Healthcare patents and other intellectual property rights. Fujifilm Healthcare maintains certain proprietary service technologies relating to the equipment. ������� 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: Due to the Proprietary nature of these systems, it is in the best interest of the Department of Veterans Affairs, Veteran�s health administration and veterans, to utilize the existing HTME contracts. (6)� Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted.� Market research was conducted in accordance with FAR Part 10. Market research was conducted using GSA Advantage, FPDS, VetBiz, and SBA DSBS to locate companies capable of providing Preventative Maintenance to Medical Imaging Equipment. A search in GSA Advantage using the NAICS Code 811210, and keyword �FDR Go Plus� produced zero results. A search in FPDS using �Fujifilm Imaging Equipment� shows multiple contracts and the use of the NAC contract. A VetBiz search returned zero results. A search conducted on the SBA DSBS produced no results. In addition, this requirement is available via HTME NAC FSS Contract VA797H-17- D-0020. Fujifilm Healthcare provided a Sole Source letter, please refer to the Sole Source letter in the ACQ Plan. (7)� Any Other Facts Supporting the Justification: The VA National Acquisition Center (NAC), along with the Defense Logistics Agency Troop Support Medical Supply Chain (DLA), awarded multiple IDIQ contracts for High Tech Medical Equipment (HTME). This includes equipment purchases and services to the equipment. According to FPDS-NG, 27 businesses submitted proposals when this requirement was initially synopsized. The NAC/DLA awarded nine separate HTME IDIQ contracts to large businesses. Recommend awarding a Task Order under the existing HTME contracts. All nine IDIQ holders should be given fair opportunity per FAR 16.505. This will ensure that 100% of the requirement can be handled by an awardee with the full capability to perform all required OEM maintenance service to the FDR Go Plus Mobile X-ray DR System and all related equipment. Due to the Proprietary nature of these systems, it is in the best interest of the Department of Veterans Affairs, Veteran�s health administration and veterans, to utilize the existing HTME contracts. (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: This requirement can be net by using the NAC IDIQ VA797H-17-D-0020 from Fujifilm Healthcare.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08e16016c73c490cbdef7452900b8a53/view)
- Place of Performance
- Address: San Antonio, TX 78229, USA
- Zip Code: 78229
- Country: USA
- Zip Code: 78229
- Record
- SN06675651-F 20230511/230509230102 (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 |