Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2013 FBO #4185
DOCUMENT

65 -- Framelink StealthStation558-12-2-122-0065 - Justification and Approval (J&A)

Notice Date
5/8/2013
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24613Q1244
 
Archive Date
6/6/2013
 
Point of Contact
Cleveland Wynne
 
E-Mail Address
8-3182<br
 
Small Business Set-Aside
N/A
 
Award Number
VA246-13-P-3904
 
Award Date
5/7/2013
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 6, Network Contracting Office, VA Medical Center, Hampton, Virginia. The 2237 number is 558-13-2-122-0065. 2.Nature and/or Description of the Action Being Processed: This is a sole source justification for the procurement for FRAMELINK STEALTHSTATION ® S7 Application for VAMC Durham, NC. 3.Description of Supplies/Services Required to Meet the Agency's Needs: VAMC Durham requires: "1 FRAMELINK STEALTHSTATION ® S7 Application 9734047 $51,675.00 "2 Spine Instrument -Small Passive Frame 9730605 $3,265.50 "2 FESS Frame Kit 960361 $3,031.50 4.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 FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5. Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This is a "Sole Source Justification" for the manufacturer "Medtronic." The items required in paragraph 3 are required to enhance the existing equipment (Stealth Station S7 ®) that provides "Spine Fusion" and also enables the "Deep Brain Stimulation" (DBS) functions with two reference points to ensure accurate navigation at DURVAMC. The DBS procedure involves either a frame or frameless approach for accuracy of placing the electrodes, MRI scanning for localization, planning, then Intraoperative recording, and placement of implants to achieve the therapeutic effect. The critical part of the process involves planning for the exact trajectory and location as to where to place the electrodes, and this is done with a complex software program called "FRAMELINK ", which runs on the existing Stealth workstation. This program allows interactive coordinates to be planned using the existing MRI/CT scans, and is critical for performing the DBS surgery. The temporary copy was used in three successful DBS procedures. The installed temporary copy of the FRAMELINK application to the Stealth S7 Workstation ® has expired and the department is now in a 90 day leasing agreement with Medtronic for this capability. There are no other equivalent manufacturer products that are compatible with this system to ensure warranty for the entire system will stay current. The FrameLink ® and Spine Instrument is a proprietary item to the Stealth S7 Workstation through Medtronic. 6. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: No other sources sought as this procurement is considered a critical continuing development of the current system in place. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The Contracting Officer has determined that the manufacturer price of $57,972.00 is fair and reasonable. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Refer to facts supporting the contractor's unique qualifications. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Refer to facts supporting the contractor's unique qualifications. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Refer to facts supporting the contractor's unique qualifications. 11.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: Market research will be conducted for subsequent acquisitions to ensure fair and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613Q1244/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA246-13-Q-1244 VA246-13-Q-1244_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746797&FileName=VA246-13-Q-1244-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746797&FileName=VA246-13-Q-1244-000.docx

 
File Name: VA246-13-Q-1244 P03 Sole Source Justification Medtronic.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746798&FileName=VA246-13-Q-1244-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746798&FileName=VA246-13-Q-1244-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03056557-W 20130510/130508235242-787a4a27214fef02f96fdc2a7bdb7979 (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 |
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.