DOCUMENT
65 -- FC bracket upgdrade SMALL BUSINESS SET_ASIDE - Attachment
- Notice Date
- 6/1/2015
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24115Q0528
- Archive Date
- 7/1/2015
- Point of Contact
- bing.chen@va.gov
- E-Mail Address
-
bing.chen@va.gov
(bing.chen@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-15-Q-0528 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Small Business set-aside. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 500 employees. (v) This requirement consists of the following line items: Skyton Products QTY 1 Monitor mount Upgrade QTY 1 Installation QTY 1 Freight (vi) The following solicitation lists automotive tools that were found to meet the Government's needs. This requirement is being issued for the brand name Skytron. Please see the attached sole source justification which describes the need for the brand name items. (vii) Delivery shall be FOB Destination, with all delivery costs as part of the final total amount. Please do not include the shipping costs as a separate line item. The items listed above will be delivered to one of our Veteran's place of employment. The full address will be given at the time of award. The items will be delivered to Jamaica Plain VAMC, 150 So. Huntington, Ave, Jamaica Plain, MA. 02130 (viii) A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Products meet the brand specifications of the supplied part numbers. 2.Price (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer or ensure it has been completed as part of your SAM.gov registration. (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following FAR clauses cited in the clause are applicable to the acquisition: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) apply to this solicitation: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70Commercial Advertising (JAN 2008), 852.211-70 Service Data Manuals (NOV 1984), 852.246-70 Guarantee (JAN 2008), 852.246-71 Inspection (JAN 2008). (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) RESPONSES ARE DUE Monday June 8, 2014 at 0800 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Bing Chen, Contracting Specialist, e-mail: bing.chen@va.gov (xvi) Please address questions to Bing Chen, Contracting Specialist, e-mail: bing.chen@va.gov STATEMENT OF SALIENT CHARACTERISTICS Medical Service FY15 REQUESTING SERVICE: Endoscopy Service NEED: The need is for endoscopy equipment boom upgrades for five procedure rooms at the VA Jamaica Plain Medical center. Specifically these upgrades are to replace the existing single-display boom arms to dual-display boom arms to better meet the clinician's needs for having side-by-side view of multiple video inputs. FUNCTIONS TO BE PERFORMED: Endoscopy clinicians rely on high definition displays as they guide endoscopes through a patient's anatomy during various cases in endoscopy procedure rooms. These displays are often mounted on ceiling-mounted equipment booms which allow clinicians to move the displays anywhere in the room. Having a dual-display boom arm is clinically advantageous compared to a single display model because it allows the physician to view video images from multiple video sources side-by-side during a case. Converting from a one-monitor boom arm to a two monitor boom arm involves purchasing the correct dual mount boom arm from a validated vendor, and installation services from trained individuals who know how to disassemble and make adjustments to the equipment boom. ESSENTIAL TECHNICAL CHARACTERISTICS: Boom Base Model Compatibility: "The prospective dual-display boom arm must be compatible with the ET2F-CPM48/2AFCG model base ceiling boom used in the VA Jamaica Plain endoscopy procedure rooms. Weight Load Capacity: "The prospective dual-display boom arm must be able to carry two Olympus OEV-261H displays, which combined to weigh 50 lbs. The spring arm must be adjustable so that there is no drift for this weight threshold. Electrical Cabling Logistics The prospective dual-display boom arm and brackets must be able to run the appropriate DC power cables to the electrical junction box in the ceiling above the boom. Installation & Validation Services The prospective vendor must be able to both de-install the single display boom arm, and likewise install the dual-display boom arm and brackets. Remote Access Requirements For these services, an MOU/ISA is not required and therefore the C&A requirements do not apply and a security accreditation package is not required. JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. PURCHASE REQUEST OR REQUISITION NUMBER: 523-15-3-7821-02031A. PROJECT/TASK NUMBER1B. ESTIMATED AMOUNT: $49,456.88 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Endoscopy clinicians rely on high definition displays as they guide endoscopes through a patient's anatomy during various cases in endoscopy procedure rooms. These displays are often mounted on ceiling?mounted equipment booms which allow clinicians to move the displays anywhere in the room. Having a dual?display boom arm is clinically advantageous compared to a single display model because it allows the physician to view video images from multiple video sources side?by?side during a case. Converting from a one?monitor boom arm to a two monitor boom arm involves purchasing the correct dual mount boom arm from a validated vendor, and installation services from trained individuals who know how to disassemble and make adjustments to the equipment boom. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The current equipment booms at the VA Jamaica Plain medical center are made by the company Skytron. Skytron manufactures its equipment booms, but sells it to customers through registered regional distributors. REOS Medical, the registered regional distributor for the Boston area, is the vendor of choice for this procurement. Equipment booms are highly specialized devices whose installations and modifications must be validated by a manufacturer approved party. In this case REOS medical is the only approved contractor in the area that can provide the dual?display boom arms made by Skytron, and is authorized to provide installation services for this hardware. Other vendors may provide hardware and services that will meet the needs of the VA, but would also void the warranty of the existing Skytron equipment moving forward since Skytron?approved parts and/or services are not being used. 4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: This order represents the best value because REOS medical is the authorized regional distributor of Skytron hardware and services for the Boston region. They are the preferred vendor who can supply the necessary hardware to upgrade the existing skytron boom arms, and also provide the services and expertise to do so. Using an unauthorized vendor for either the hardware or services would void Skytron's warranty of the existing boom hardware. Should an issue later down the road, Skytron would not provide any support since non?validated parts/services were used. Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 4: Single Source Justification for SAP under $150K 5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Although there are vendors on the market that may be able to provide generic dual monitor mounting solutions and requisite installation services, only REOS medical or another Skytron approved distributor can provide the needed hardware and services in order to maintain the integrity of the current equipment. It is possible that another approved vendor may exist, but they would likely be outside of the Boston region and not have the same turnaround time and support services that the local distributor (REOS Medical) can provide. For this reason, minimal market research was conducted for the required hardware and services. 6. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Signature: Digitally signed by BING CHEN 191768 Date: NBamIeN: G CHEN DN: dc=gov, dc=va, o=internal, ou=people, Title: 0.9.2342.19200300.100.1.1=bing.chen@va. F1ac9ility1: 768 gov, cn=BING CHEN 191768 Date: 2015.06.01 06:26:12 -04'00'
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115Q0528/listing.html)
- Document(s)
- Attachment
- File Name: VA241-15-Q-0528 VA241-15-Q-0528.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2077440&FileName=VA241-15-Q-0528-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2077440&FileName=VA241-15-Q-0528-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-15-Q-0528 VA241-15-Q-0528.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2077440&FileName=VA241-15-Q-0528-000.docx)
- Place of Performance
- Address: 150 S Huntington Ave;Jamaica Plain, MA
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN03749545-W 20150603/150601235928-254ba889950eebb37f32bc74ec7ed1dd (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 |