AWARD
D -- Vocera Engage Premiere Support
- Notice Date
- 3/29/2024 7:03:41 AM
- Notice Type
- Award Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0648
- Archive Date
- 04/28/2024
- Point of Contact
- Wilfredo Perez, Contracting Officer, Phone: 939-759-6783
- E-Mail Address
-
wilfredo.perez3@va.gov
(wilfredo.perez3@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Award Number
- GS07F187GA36C24824N0555
- Award Date
- 03/28/2024
- Awardee
- GOVERNMENT MARKETING AND PROCUREMENT, LLC WIMBERLEY 78676
- Award Amount
- 144172.85
- Description
- LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C248-24-AP-1371 (1) Contracting Activity: Department of Veterans Affairs, VISN 08, Veteran Affairs Caribbean Healthcare System (VACHS). Contracting agency responsible for the proposed contracting action is Network Contracting Office (NCO) 8, under Regional Procurement Office (RPO) East. 2237 No. 672-24-1-127-0003 (2) 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). The proposed procurement is for a vendor to provide maintenance services for the Vocera communication system at the VA Caribbean Healthcare System (VACHS) at Puerto Rico, in accordance with the Original Equipment Manufacturer s (OEM) specifications. These services will be procured through a Task Order to be ordered against an already established GSA contract. Order against: FSS Contract Number: GS-07F-187GA Name of Proposed Contractor: Government Marketing and Procurement, LLC Street Address: 13350 Ranch Road 12 City, State, Zip: Wimberly, TX 78676-5075 Phone: 703-349-2990 (3) Description of Supplies or Services: The total estimated value of this acquisition is $593,592.90, including options. Vocera Software is a Just-in-time communication and proper clinical alarm notification, and escalations are vital elements for safe and timely delivery of patient care for our veterans. The Vocera Communications software uses Vocera hands-free communication badges and integrates into our land-line phone systems. The platform has grown across service sections and now integrates varying clinical solutions. External factors have shifted the Office of Information and Technology (OIT) and technical resources. Vocera solutions are in high demand and are expected to scale up to expand facility-wide rapidly. This software and support are necessary and required tool for modern physicians to provide our Veterans with better care by improving the currently performed interventional pain management procedures. The detailed estimate amount per period of performance is as follows: Base Period (04/01/2024 03/31/2025): $110,915.50 First Option Period (04/01/2024 03/31/2026): $114,686.63 Second Option Period (04/01/2024 03/31/2027): $118,585.97 Third Option Period (04/01/2024 03/31/2028): $122,617.90 Fourth Option Period (04/01/2024 03/31/2029): $126,786.90 (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: 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; Government Marketing Procurement LLC (GMP) is one of two (2) suppliers authorized by the original equipment manufacturer (Vocera) to provide this type of service on this equipment in this region. Original Manufacturer keys and software must be used to provide any updates and troubleshooting to the Vocera system. However, GMP was the vendor that originally installed the Vocera communications system at the VACHS and is the vendor that currently possesses the FSS contract. 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: The prices to be quoted by GMP shall be in accordance with the previously established GSA contract, whose prices have been determined to be fair and reasonable to the Government at the time of award. Furthermore, similar services have been provided at the VACHS under contract no. GS-07F-187GA, order no. 36C24823F0022, and the quoted prices shall also be similar to previously proposed prices. (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 performed in accordance with FAR Part 10, by conducting VetCert/SBA queries using the NAICS Code and PSC of this procurement, in addition to the keyword Vocera . There were no other SDVOSB, VOSB, or Small Businesses found that could fulfill these requirements, as not only is GMP (SDVOSB) one of the only two authorized re-sellers from the original equipment manufacturer (Vocera), they also hold a GSA contract for these services, and were the vendor that originally installed the Vocera software systems at the VACHS. Finally, a call was made to the contractor who was awarded the current GSA contract for Vocera supply and maintenance (GMP, contract no. GS-07F-187GA), and they told us that they had the capability of providing these services under said contract. As also described in Section 6 above, an intent to procure these services through a Single Source will be posted in Contract Opportunities to further confirm if the services being procured can be provided by any other vendor. (7) Any Other Facts Supporting the Justification: The vendor that provides the services being procured must be authorized by the OEM, to be able to have access to the keys and software necessary to provide updates and troubleshooting services, as well as to avoid voiding any warranties. (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: (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. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) _____ SIGNATURE DATE NAME TITLE SERVICE LINE/SECTION FACILITY (10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: a. 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 b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. ________________________________ Branch Chief, San Juan Services Team
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cbcd0103aace44bca272a363dd3c6270/view)
- Record
- SN07013484-F 20240331/240329230052 (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 |