DOCUMENT
65 -- Custom Surgical Packs - Detroit - Manus Medical - Attachment
- Notice Date
- 11/1/2013
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25113R0783
- Archive Date
- 11/28/2013
- Point of Contact
- Chuck Lakin
- E-Mail Address
-
s.lakin2@va.gov<br
- Small Business Set-Aside
- N/A
- Award Number
- VA251-13-D-0127
- Award Date
- 9/29/2013
- Awardee
- MANUS MEDICAL, LLC;3420 PUMP RD STE 348;RICHMOND;VA;232331111
- Award Amount
- 333,475.47
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1. Contracting Activity: Department of Veterans Affairs, VISN (11), Station number (553), John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Mi 48201 2. Nature and/or Description of the Action Being Processed: The proposed contracting action is for a firm-fixed price IDIQ contract for six months to begin September 29th, 2013 through March 28th, 2014 with one (1) six month option period, to meet an urgent need for Custom Sterile Surgical Packs for Veterans Health Administration (VHA) medical centers until new VISN or Central Region contracts are awarded. On March 28, 2013 VA National Acquisition Center Federal Supply Schedule (FSS) Service released an announcement that the Custom Surgical Pack program will be discontinued effective June 1, 2013. Veterans Health Administration VA Medical Centers require short term sole source contracts to ensure availability and consistency of products used nationwide for treatment for veterans under the care of the Veterans Heath Administration until such time as long term contracts can be awarded. This sole source short-term contract will allow uninterrupted receipt of surgical packs while a long term contract is being implemented. The purpose of this justification is to request sole source approval for a short term contracts with the incumbent contractor/manufacturer, Avid, V797P4816A, through Manus Medical LLC for John D., Dingell VA Medical Center, 4646 John R Street, Detroit, MI 48201. NOTE: IF YOU DO NOT PLAN TO USE THE INCUMBENT CONTRACTOR YOU WILL HAVE TO REVISE THIS SENTENCE. 3. Description of Supplies/Services Required to Meet the Agency's Needs: John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201) currently has a contract that provides the labor, materials, transportation, equipment and supervision, in compliance with federal, state, and local regulations to provide Custom Sterile Surgical Packs. Custom packs are made up of individually selected components and are specific to each facility where they are used. The packs are assembled by a manufacturer, sterilized, and shipped to the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201 for storage. The estimated value of this requirement is $ 335,000.00. 4. Statutory Authority Permitting Other than Full and Open Competition: The justification rational is based on FAR 6.302-2 Unusual and Compelling Urgency. It is clinically imperative that the use of the Custom Sterile Surgical Packs continue in the interim until new VISN or Central Region contracts can be awarded. Medical centers employ the use of the Custom Sterile Surgical Packs in routine and emergency surgeries on a daily basis. Custom Sterile Surgical Packs are critical to patient care and unanticipated undersupply situation if the same number of Custom Sterile Surgical Packs become unavailable due any delay or lapse in availability of Custom Sterile Surgical Packs pending the award of new contracts. 5. Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority Due to the time required to adjust to a different manufacture there are several compelling reasons to sole source to Avid Custom Sterile Surgical Packs until new VISN or Central Region Contracts can be awarded. These reasons included: Changing pack manufacturers, components, or distributors takes several months to implement. Avid is the only vendor which has the ability to distribute any of the several manufacturers currently in use in the John D. Dingell VA Medical Center, Detroit, MI 48201). Failure to establish a contract will require individual orders for custom packs to be awarded through contracting activity, which will not allow for just in time delivery. Space concerns and current VA inventory metrics do not allow for overstocking of packs. Packs are generally bulky and Logistics must keep no more than 2-4 weeks of stock on hand to meet performance measures. The process from assembly to VAMC delivery takes 6-8 weeks. Failure to procure packs on a timely basis can affect scheduled surgeries, resulting in delayed or cancelled cases and a decrease in the quality of care. The statement of work requires the contractor to validate the sterilization process through the Association for Advancement of Medical Instrumentation (AAMI) must validate the sterilization process. Without adequate transition period to switch to a different Custom Surgical Packs manufacture this is risk that this validation could not occur in time. Improperly processed Custom Surgical Packs can cause delays and under certain circumstances cause serious complications in an essential aspect of the VA's mission of providing healthcare to our nation's veterans. 6. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: The Contracting Officer will ensure posting requirements to Federal Business Opportunities (FBO) are followed IAW FAR Part 6.302-1. As this is an urgent and compelling need, in order to maintain patient services in VHA medical facilities, competition amongst more than one source has been deemed impracticable by the Contracting Officer based on the considerations set out above. However, the longer term contract will be issued open market that will allow for competition to fulfill the Department of Veterans Affairs long term needs. This justification relates solely to the need of providing a bridge contract for this urgently needed requirement pending the award of the long term contract. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Currently, the contract pricing has been established fair and reasonable per FAR 8.404(d) and will be used as a benchmark for renegotiated pricing. 8. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted concerning Custom Surgical Packs industry and it was discovered there are other providers currently in the market place. However, for the reasons stated above the urgent and compelling nature of this procurement dictates that undue delays of potentially going with one of the other manufactures overrides the possibility of competing amongst all for this limited duration sole source contract. 9. Any Other Facts Supporting the Use of Other than Full and Open Competition: NA 10. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: NA 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: IAW FAR 6.302-2 (d)(i)(B) the period of performance will not exceed the time necessary for the agency to enter into another contract for the required goods through the use of competitive procedures. To remove any barriers to competition in the future, prior to making subsequent acquisitions for Custom Surgical Packs competition will be sought. 12. 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 and belief. (This signature is the requestor's supervisor, fund control point official, chief of service, someone with responsibility and accountability) ______________________ (ENTER NAME)Date Chief Logistics Officer VAMC Detroit, MI 48201 13. Approvals in accordance with FAR 6.304 This part if filled out by Contracting Staff as part of the Justification a. Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ (ENTER NAME)Date (ENTER TITLE) (ENTER LOCATION) b.NCM/PCM (Required $3K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ NameDate Network Contract Manager VISN
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/Awards/VA251-13-D-0127.html)
- Document(s)
- Attachment
- File Name: VA251-13-D-0127 VA251-13-D-0127_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1072546&FileName=VA251-13-D-0127-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1072546&FileName=VA251-13-D-0127-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-13-D-0127 VA251-13-D-0127_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1072546&FileName=VA251-13-D-0127-000.docx)
- Record
- SN03226982-W 20131103/131101234247-770eb5e0f90b57a54fa64bf7998c2b63 (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 |