DOCUMENT
J -- PET CT Maintenance Service Agreement VA263-15-AP-4779 - Justification and Approval (J&A)
- Notice Date
- 8/18/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- VA26315Q0856
- Archive Date
- 9/26/2015
- Point of Contact
- Travis Johnson
- Small Business Set-Aside
- N/A
- Award Number
- VA263-15-C-0129
- Award Date
- 8/27/2015
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) 1.Contracting Activity: Department of Veterans Affairs, VISN 23, Iowa City VA Health Care System, Station # 636A8. 636-15-4-4045-0065. 2.Nature and/or Description of the Action Being Processed: Service contract for preventive and emergency maintenance, including parts, glassware, and detector coverage, of Siemens Biograph 64 PET/CT system at the Iowa City VA Healthcare System. 3.Description of Supplies/Services Required to Meet the Agency's Needs: Service contract for preventive and emergency maintenance, including parts, glassware, and detector coverage of Siemens Biograph 64 PET/CT system at the Iowa City VA Health Care System. The base year performance should be from 8/27/15 through 8/26/16 and include one option year. Estimated value would be $212,000/year or $424,000 for base year plus one option. 4.Statutory Authority Permitting Other than Full and Open Competition: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; This is a reference to the part of the Federal Acquisition Regulation that allows an item to be purchased without being fully competed. This statement serves as a point of reference in case the justification is questioned. In this case, it would be reviewed for its relativity to this part of the Federal Acquisition Regulation 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 system has proprietary software that is accessible for off-site troubleshooting through a VA National Site to Site VPN connection. These connections must be approved by national ISO's and the companies trying to make these connections must have certain levels of security clearance. There are also proprietary software keys used for troubleshooting that are accessible to Siemens/Cassling personnel only. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: To my knowledge, there are no other companies that are able to offer this service due to the unavailability of software maintenance access, and the level of security clearance and approvals needed for the VPN connection. I have performed internet searches, checked the HISD website, which houses all the approved Site to Site agreements, and also checked with peers in the VA. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Based on industry standards, software support for medical equipment typically is charged at a rate anywhere from 5-10% of the acquisition price of the asset. The asset included in this contract is worth $2,631,233, so a "fair" contract cost should be anywhere from $131,562 to $263,123. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: To my knowledge, there are no other companies that are able to offer this service due to the unavailability of software maintenance access, and the level of security clearance and approvals needed for the VPN connection. I have performed internet searches, checked the HISD website, which houses all the approved Site to Site agreements, and also checked with peers in the VA. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: There is no action the VA can take to increase competition for this scenario. Any potential companies wishing to qualify for this procurement would have to obtain national site to site agreements with VA OI&T. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Cassling Diagnostics/Siemens Medical, POC: Lori Graff, lgraff@cassling.com, 402-334-5000 x1152 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: When replacement equipment is procured, that process will be done competitively.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26315Q0856/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA263-15-Q-0856 VA263-15-Q-0856.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2258176&FileName=VA263-15-Q-0856-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2258176&FileName=VA263-15-Q-0856-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-15-Q-0856 VA263-15-Q-0856.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2258176&FileName=VA263-15-Q-0856-000.docx)
- Record
- SN03844651-W 20150820/150819000838-18f0ce38eb0b30f6e2426954c0bc6ba1 (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 |