Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
DOCUMENT

R -- RTLS EXPANSION NIHCS HP ENTERPRISE - Justification and Approval (J&A)

Notice Date
5/7/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
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
VA25114Q0150
 
Archive Date
8/8/2014
 
Point of Contact
Robert Kay
 
E-Mail Address
5-5591<br
 
Small Business Set-Aside
N/A
 
Award Number
VA251-14-C-0066-1
 
Award Date
5/1/2014
 
Description
Attachment 2: Request for Sole Source Memo Format DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 11, VA Northern Indiana Medical Healthcare System, Ft Wayne and Marion Campus. PR 610-14-1-176-0073. 2.Nature and/or Description of the Action Being Processed: The VA Northern Indiana Healthcare System (VANIHCS) Marion and Ft Wayne campus has implemented Real-Time Locating Systems (RTLS) utilizing wireless technologies to track and identify the location of objects in real time using simple, inexpensive tags that transmit signals. The system requires some type of ID tag to be attached to each object that needs to be tracked and transmitters/receivers located throughout the facility to determine the location and send information to a computerized tracking system. This original procurement was motivated by the Health Care Efficiency Transformation Initiative: Facility Automation. The T-lnitiative requires that all medical centers within the VISN 11 Healthcare Network deploy and implement a single RTLS solution that focuses on implementing a minimum of four base applications. VISN 11Contract # VA251-P-1113 awarded to HP Enterprise Services, LLC. The initial implementation of this system at VANI HCS included a backbone of Ultrasound technology that extended throughout Buildings 138 and 172 of the Marion campus and Building 1 of the Ft Wayne campus, installed and currently maintained by HP Enterprise Services, LLC. Since a major portion of the base facility includes the Building 185 on the Marion Campus, it has been identified as a need to expand the Ultrasound based RTLS network throughout this building and additional buildings as well as the hallway in Building 1 on the Ft Wayne campus in order to achieve the desired asset tracking functionality outlined in the Health Care Efficiency Transformation Initiative: Facility Automation. 3.Description of Supplies/Services Required to Meet the Agency's Needs: $208,506.88. HP Enterprise Services, LLC, 13600 EDS Drive, Herndon, VA 20171. Design, configure, install, maintain an Ultrasound networked based RTLS system for Building 185 and other spaces on the Marion Campus and the hallway for Building 1 on the Fort Wayne Campus and integrate the installed systems into the existing RTLS system at the Northern Indiana health care system. All work to be completed 7 months after receipt of order. 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 vendor has designed, configured, installed, and implemented and is maintaining the Ultrasound networked based RTLS system at the Northern Indiana Health Care System, VISN 11 contract VA251-P-1113. This is a highly integrated project with components for an Ultrasound network, using Sonitor Sensors technology that are currently installed and warrantied by HP Enterprise Services to establish asset location, interface to VISTA AEMS/MERS applications database by HP, and a sophisticated graphical user interface installed by Intelligent Insites. In order to complete the work described in the SOW, there is no other avenue but to task the original contractor to expand in all aspects of this system to the new area of coverage. HP is the only contractor available that could perform the needed RTLS expansion without voiding the warranty of the existing RTLS systems. This expansion of RTLS dependent of a current software license and maintenance agreement with Intelligent Insites and Sonitor under contract #VA251-P-1113. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Intent to sole source was published to FBO with one response from VETFED, the incumbent vendor for VISN 10's RTLS system. However, the RTLS system used by VISN 10 is based on a different technology, WIFI and Shipcomm Catamaran, instead of the Ultrasound technology, Sonitor and Intelligent InSites currently in use at the Northern Indiana Healthcare System. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: $208,506.88. This price is fair and reasonable based on historical pricing for this service. Contract pricing for the original VISN 11 RTLS contract, VA251-P-1113, shows $3.13 per square foot. The proposal for the RTLS Expansion shows a price of $1.01 per square foot reflecting a lower cost of expanding the existing RTLS system. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: FSS and the internet were searched. While other vendors can provide RTLS, the expansion of the current system already installed at the VA Northern Indiana Medical Healthcare System can only be performed by HP Enterprise Systems due to software license agreements with the original contract. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See Section VI 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: Should another requisition of this nature reoccur, we would undertake a new market survey. 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. _____________________________ ________________________ NameDate Title Facility 13.Approvals in accordance with FAR 6.304 a.Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ NameDate Title Network 11 Contract Office b.NCM/PCM (Required $3K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ NameDate NCM/Supervisory Contract Specialist (as appropriate) Network 11 Contract Office
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25114Q0150/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA251-14-Q-0150 VA251-14-Q-0150_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1352679&FileName=VA251-14-Q-0150-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1352679&FileName=VA251-14-Q-0150-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03359300-W 20140509/140507234306-5e8e353d18be889bd6a026fa8584820c (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.