DOCUMENT
D -- CMOP Dallas IPD Upgrade (Individual Pill Dispenser) - Justification and Approval (J&A)
- Notice Date
- 7/1/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
- ZIP Code
- 66048
- Archive Date
- 8/30/2014
- Point of Contact
- barbara.cox2@va.gov
- E-Mail Address
-
barbara.cox2@va.gov
(barbara.cox2@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA255-14-C-0199
- Award Date
- 7/1/2014
- 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 15 NCO, 3450 S 4th Street, Leavenworth, KS 66048; on behalf of the Dallas CMOP located at 2962 S Longhorn Drive, Lancaster TX 75134-2118. Following is the Justification for Other Than Full and Open Competition corresponding with purchase request number 763-14-3-055-0079. 2.Nature and/or Description of the Action Being Processed: The action being processed is the purchase of an upgrade to the Individual Pill Dispenser (IPD) system which is critical to functionality of pharmacy production in the Dallas CMOP. Seamless integration with existing production equipment and systems, all required hardware, software, and services to be obtained at firm-fixed pricing of $124,700.00 using Simplified Acquisition Procedures. 3.Description of Supplies/Services Required to Meet the Agency's Needs: The services required are the upgrade to the IPD system currently operating with Think & Do 5.56, a proprietary product of Quality Manufacturing Systems, Inc. (QMSI). Existing production controller architecture has aged to the point where replacement is required. The latest version of Think & Do will also provide local staff with expanded troubleshooting capabilities. All production controllers must be able to interface with each other, the script induction at IPD, IPD operations, tote flow and diversions, puck and tote updates, and inventory updates. All elements of the upgrade: hardware, software, installation, and integration services are to be provided as a seamless project due to the complex nature of pharmacy production environment. The highly specialized requirements of the integration are critical to production functionality as well as to patient safety guidelines. 4.Statutory Authority Permitting Other than Full and Open Competition: 41 USC §253(c)(1), as implemented by FAR 6.302 Circumstances 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): The supplies and services required by the Agency are available from only one source because the required Think & Do v.8.xx software is proprietary to QMSI, it is in the nature of highly specified equipment, and is needed for the continued functioning of a major system (pharmacy production) as permitted in accordance with FAR 6.302-1(a)(2)(ii). 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: The IPD system requires proprietary software that is not available to third party vendors. Integration with existing equipment must be performed by qualified personnel to assure timely delivery of medications and does not jeopardize patient safety. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The cost to the Government for the total system upgrade is a proposed price of $124,700.00. An analysis of previous system upgrades provides for a comparison of the proposed price with historic pricing. That information is coupled with the commerciality of the proprietary software to assure the proposed price is Fair and Reasonable and represents the best value to the Government. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: QMSI is the originating source vendor for the existing IPD system software and is the only contractor that can supply the required upgrade to the existing system. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Upgrade requirements are for proprietary software in a highly specialized industry that limits competition. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: This justification is submitted preliminary to making a sole source award to the following small business enterprise: Quality Manufacturing Systems, Inc. 5395 Murfreesboro Road A La Vergne, TN 37086-2725 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: As the pharmacy production equipment ages and is replaced with new equipment, the Agency will make every effort to use replacement equipment that allows for more competitive options. ? 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. _____________________________ ______6/9/2014__________ Wesley RobbinsDate Director CMOP Dallas 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. _____________________________ ____6/26/2014______________ Barbara J. CoxDate Contact Specialist, NCO15 Midsouth CMOP, Murfreesboro b.NCM/PCM (Required $3K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ _____6/30/2014_____________ Christine L. ScenaDate Director of Contracting NCO 15
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a99c131a463e24920b998edc3f35297e)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA255-14-C-0199 JA NOTICE VA255-14-C-0199.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1467564&FileName=VA255-14-C-0199-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1467564&FileName=VA255-14-C-0199-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-14-C-0199 JA NOTICE VA255-14-C-0199.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1467564&FileName=VA255-14-C-0199-000.docx)
- Record
- SN03412264-W 20140703/140702003310-a99c131a463e24920b998edc3f35297e (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 |