DOCUMENT
66 -- REFERNCE LABORATORY GENERAL ESOTERIC TEST - Justification and Approval (J&A)
- Notice Date
- 7/12/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office - 8;Tres Rios Bldg;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968
- ZIP Code
- 00968
- Archive Date
- 7/7/2012
- Point of Contact
- JOSE R. SIERRA
- E-Mail Address
-
jose.sierra-colon@va.gov
(Jose.Sierra-Colon@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- V797P-7105A VA248-12-F-4308
- Award Date
- 7/2/2012
- Description
- LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6(g) 2237 Transaction # or Vista Equipment Transaction #: 672-12-3-045-0113 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Quest Diagnostic Inc Manufacturer/Contractor POC & phone number: Heather Lindsay 813-972-7100 x7735 Mfgr/Contractor Address: 33608 Ortega Highway, San Juan Capistrano, CA 92690 Dealer/Rep address/phone number: 800-642-4657 Eg The requested material or service represents the minimum requirements of the Government. (1)AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VA Caribbean Healthcare System 10 Casia Street San Juan, PR 00926 08 VISN: (2)NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Reference laboratory services. (3)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: "The Contractor shall provide Reference laboratory Services to the VA Caribbean Healthcare System, Pathology and Laboratory Service. "Service must include: Anatomic Pathology, Clinical Chemistry, Cytogenetics, Cytology, Clinical Drugs of Abuse and Toxicology, Endocrinology, Hematology, HemoStasis, Immunology, Microbiology, Organ or Disease Oriented Panels and Serology. "Test results should be provided in 24 to 48 hours, although some tests exceed these limits due to the nature of the test. "STAT menu and TAT schedule are provided. "Contractor will provide materials and supplies for specimen collection and shipping. "Contractor will provide technical support system including technical expertise and consultation for the Pathology and Laboratory Service staff and physicians in evaluation of laboratory test utilization, interpretation of results and establishing of new procedures. "Contractor must provide computer system or access to reference laboratory electronic system to prepare manifest, receive results and access test information. "Contractor must provide courier services to pick up samples at least once a day and as needed in emergency basis. "Contractor must comply with all privacy and security regulations required by Federal and local agencies. "The Contractor must provide monthly invoices. Invoices must be transmitted to Austin. (b)ESTIMATED DOLLAR VALUE: $200,000.00 (c)REQUIRED DELIVERY DATE: June 1st, 2012. (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) X Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. 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. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. 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. X An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. The current contract expires on May 31, 2012 and we need to ensure continuation of services. VISN8 is working on a BPA that is expected to be completed at the end of June or beginning of July 2012. We have the Quest system implemented at our laboratory for several years and our patient population is being evaluated with the methodologies, reference ranges and results from Quest; changing reference laboratory without establishing results baselines with the new methodologies can impact patient care. (5)DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: The anticipated price to the Government is $200,000.00 for4 months and the price seems fair and reasonable in comparison with Purchase order 672-20040. (6)DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: None, no other available supplier can provide service locally. Market research is being conducted at VISN level for VISN contract. (7)ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The current contract expires on May 31, 2012 and we need to ensure continuation of services. VISN8 is working on a SPA that is expected to be completed at the end of June or beginning of July 2012. We have the Quest system implemented at our laboratory for several years and our patient population is being evaluated with the methodologies, reference ranges and results from Quest; changing reference laboratory without establishing results baselines with the new methodologies can impact patient care.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/79de396e9c7a0c03c430d58da2da80e3)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797P-7105A VA248-12-F-4308 V797P-7105A VA248-12-F-4308_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=397908&FileName=V797P-7105A-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=397908&FileName=V797P-7105A-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797P-7105A VA248-12-F-4308 V797P-7105A VA248-12-F-4308_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=397908&FileName=V797P-7105A-001.doc)
- Record
- SN02801520-W 20120714/120712235954-79de396e9c7a0c03c430d58da2da80e3 (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 |