MODIFICATION
65 -- standardized edging machine
- Notice Date
- 9/9/2009
- Notice Type
- Modification/Amendment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM2D1-09-R-0026
- Archive Date
- 10/3/2009
- Point of Contact
- Joseph P. Satterthwaite, Phone: 2157376199
- E-Mail Address
-
Joseph.Satterthwaite@dla.mil
(Joseph.Satterthwaite@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. The Defense Logistics Agency, Defense Supply Center Philadelphia, Directorate of Medical Materiel is the contracting activity. 2. The action being approved is the ability to solicit on other than full and open competition basis. 3. The following are the supplies to meet DLA needs: Item Description: Horizon II ophthalmic edging machine w/ 10 pkg of carbide cutters NSN: 6540-01-417-7952 w/ p/n 93153 Quantity: 25 units Unit Price: $7,413.98 each plus $128.98 ($7,542.96) Estimated Dollar Value: $188,574.00 4. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by FAR 6.302-1. Any delay in this procurement will cause harm to Army efforts. This authority can be used based on the application annotated in FAR 6.302-1 (b) (1). The application applies "when there is a reasonable basis to conclude that the agency's minimum needs can only be satisfied by (i) unique supplies or services available from only one source or only one supplier with unique capabilities; or, (ii) for DoD, NASA, and the Coast Guard, unique supplies or services available from only one or a limited number of sources or from only one or a limited number of suppliers with unique capabilities." 5. The use of the cited authority is necessary because the item being supplied has been standardized for use across Army medical units. This is not a depot stocked item. The specific make and model was initially selected by clinicians, maintainers and logisticians at the Army Combat Developer and Army Material Developer commands after extensive market research based on its ability to meet the essential characteristics for clinical/technical performance and supportability/maintainability in the specific deployed environment where the equipment will be used. Further market research by our resident product specialist revealed that only one source was technically acceptable for acquiring this item. See attachment. No Acquisition Corporation, dba National Optronics, is the only source technically capable of providing this item to DSCP in a timely manner. No other known manufacturer(s) have been deemed responsible or to have a technically acceptable product for this acquisition. This order cannot be filled using Simplified Acquisition Procedures due to the monetary threshold for such acquisitions. The estimated pricing for a quantity of 25 items with a package of carbide cutters each item resulted in the acquisition becoming a large procurement. Currently, there is no monthly demand and this approach is reactive as opposed to proactive due to the product recently being confirmed as a standardized item across Army medical units. Based on current purchase requests, one order remains to be procured. An initial IDPO is anticipated using this request since the Army has classified this equipment item as critical to mission capable status for deploying Army medical units. This is an Issue Priority Group (IPG) I-III order. This procurement effort for 25 items will fill current priority requirements. 6. These requirements will be synopsized as being awarded to National Optronics under sole source procedures, as permitted by FAR 5.202(a)(2). 7. I hereby determine the anticipated costs to the Government will be fair and reasonable based on previous pricing paid by DSCP posted in the DPACS contract history. 8. Market research was performed and only one source was deemed technically acceptable. Based on this research we are soliciting National Optronics for this emergency procurement. National Optronics has successfully delivered and supplied this commercial item to the Government in the past. National Optronics has advised, if it is economically feasible, they may participate in the follow-on IDPO acquisition. 9. Failure to obtain these items of supply as soon as possible will severely hamper the Army's ability to conduct operations. The absence of these medical items will jeopardize the health and safety of service-members and/or impair the successful execution of triage, emergency medical operations on the battlefield and, in field medical hospitals. 10. This acquisition was synopsized under sole source procedures. 11. To satisfy future requirements for this item, the Government is in the process of preparing a solicitation for an Indefinite Delivery Purchase Order (IDPO) not to exceed one year or $100,000 whichever comes first under sole source procedures for the original components only without additional packages of carbide cutters. 12. I hereby certify that this justification is accurate and complete to the best of my knowledge and belief.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-09-R-0026/listing.html)
- Record
- SN01947487-W 20090911/090910001325-4d963b557b48f3a4b348a9e66dd30ec6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |