Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
DOCUMENT

J -- Automated Pharmacy Dispensing System - Attachment

Notice Date
10/8/2014
 
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
VA25114Q0704
 
Archive Date
10/30/2014
 
Point of Contact
Sabine McCorry
 
Small Business Set-Aside
N/A
 
Award Number
VA251-14-A-0071
 
Award Date
9/30/2014
 
Awardee
AUTOMED TECHNOLOGIES, INC.;1400 BUSCH PKWY;BUFFALO GROVE;IL;600894541
 
Award Amount
16,212.00
 
Description
Attachment 1: Request for Limited Sources Memo Format LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 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: Automed Technologies Manufacturer/Contractor POC & phone number: Mfgr/Contractor Address: 1400 Busch Parkway, IL 60089 Dealer/Rep address/phone number: 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs ____________________________ John D. Dingell VAMC_________ 4646 John R. Street Detroit, MI 48201 VISN:11 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Request task order contract against already FSS contract V797P-4251B for service and maintenance for Automated Dispensing System in Pharmacy. Serial number 37.70712406, VAMC EE# 55272. This request is for a base year contract with two (2) contract option years. (3) (a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Annual service contract to maintain the following equipment: 1. Automed Automated Dispensing System, Serial Number 37.70712406 2. 24 X 7 phone support, 20 canister recalibrations 3. Onsite visit to include preventative maintenance. (b)ESTIMATED DOLLAR VALUE: $16,217.00 (Base) + ($32,434 for 2 option years) (c)REQUIRED DELIVERY DATE: October 1, 2014 (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) 1Specific 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. The service contract costs for this equipment have been negotiated and a FSS contract has been established for this work. The FSS contract number is V797P_4251B. Based on market research, the contractor does not have independent service representatives. In order to avoid voiding the warranty original OEM parts and service must be used. 0A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) 0These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 0The 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. 0The 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. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (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: Pricing is in line with previous year's cost. Pricing was established through an FSS contract. Pricing is comparable to last year's cost $16,217.00. This is the Best Value because this is the only vendor that can provide OEM original parts and service without voiding the warranty. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This equipment is required to safely utilize drug dispensing machine on VA patients. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: In the future, we will compete the requirement for new equipment and the resulting service contracts will reflect this order. We will also perform additional market research at the end of the fiscal year to see if there are any updates to the FSS contract. (9) 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. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor's supervisor, fund control point official, chief of service or someone with responsibility and accountability.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/Awards/VA251-14-A-0071.html)
 
Document(s)
Attachment
 
File Name: VA251-14-A-0071 VA251-14-A-0071_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1671900&FileName=VA251-14-A-0071-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1671900&FileName=VA251-14-A-0071-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03546032-W 20141010/141008235405-19d8f10ddd008c2b9f0cd96c85e3a4e5 (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.