SOLICITATION NOTICE
65 -- Regional Health Contract Office — Central(P) intends to award a sole source firm fixed price contract to Sysmex America, Incorporated for Cost-Per-Reportable-Result analyzer XN 3000 w/Digital Imaging allow for a fully automated process. - LSJ
- Notice Date
- 10/8/2015
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3551 ROGER BROOK DR BLDG 3600, Fort Sam Houston, Texas, 78234-6200, United States
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-15-R-0034
- Archive Date
- 11/7/2015
- Point of Contact
- Anthony D. Browner, Phone: 2542877205
- E-Mail Address
-
anthony.d.browner.civ@mail.mil
(anthony.d.browner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W81K00-15-R-0034
- Award Date
- 10/28/2015
- Description
- LSJ The Regional Health Contract Office - Central, Carl R. Darnall Army Medical Center, Fort Hood, TX, intends to award a sole source firm fixed price (FFP) contract to Sysmex America, Incorporated, 577 Aptakisic Road, Lincolnshire, II 60069 for Cost-Per-Reportable-Result (CPRR) with the analyzer XN 3000 with the attached Digital Imaging (DI) 60 which would allow for a fully automated process with no human intervention to move specimens from slide to reader and eight (8) pocHi Instruments. (See Attached Limited Sources Justification) Award will be made on 19 October 2015. The NAICS code of this procurement is 334516 and the size standard is 500 employees. This notice is neither a request for quotes nor a solicitation of offers; however, all responsible sources may submit a capability statement which shall be considered by this agency. The government shall not reimburse interested parties for submissions of capability statements in response to this notice. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No requests for capability briefings will be honored as a result of this notice and any information provided will not be used as part of any subsequent solicitation requirement. E-mail is the preferred method of communication. No telephonic responses will be honored. NOTE: INTERESTED VENDORS, PLEASE RESPOND TO THIS NOTICE ON OR BEFORE 19 October 2015, 10:00AM, CST. Point(s) of Contact: Anthony D. Browner, Contract Specialist, 254-286-7205, e-mail anthony.d.browner.civ@ mail.mil Control # FY15-076 Limited Sources Justification for Other than Full and Open Competition 1. Contracting Activity: Southern Regional Contracting Office, Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, Texas 76544. 2. Nature and/or Description of Action: These items are being requested for a new task order for Cost-Per-Reportable-Result (CPRR) with the analyzer the XN 3000 with the attached Digital Imaging (DI) 60, Wagon, RU 20 reagent dilution system and eight (8) pocHi Instruments. This is a Firm Fixed Price Contract, funded with FY15 Funds (OMA Funding) in the amount of $61,136.00; Period of Performance: 1 August 2015 - 30 September 2015. Plus four (4) twelve (12) month option periods through 30 September 2019 (Totaling: $1,222,780.00); are Subject to Availability of Funds. 3. Description of Supplies/Services: Carl R. Darnall Army Medical Center (CRDAMC) at Fort Hood, Texas has a requirement to provide Cost-Per-Reportable-Result (CPRR) using the XN 3000 with the attached Digital Imaging (DI) 60, Wagon, RU 20 reagent dilution system and eight (8) pocHi Instruments. Funded with FY15 Funds (OMA Funding) in the amount of $61,136.00; Period of Performance: 1 August 2015 - 30 September 2015. Plus four (4) twelve (12) month option periods through 30 September 2019 (Totaling: $1,222,780.00); are Subject to Availability of Funds. 4. Authority Cited and Reason: FAR 8.405-6(a)(1)(i)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Sysmex America, Inc. is the only vendor that has the integrated Digital Imaging (DI) 60 option which is defined as the technology that will allow the government the ability to test samples that would have been outdated in any other manual environment, saving the government time and effort while providing 100% certainty of sample diagnosis without having to call patients back into the clinic to provide more samples. Without this technology the government will be forced to recall patients for retesting purposes wasting time and effort and in some cases led to the wrong diagnosis. In an effort to prevent these types of incidents the government has been researching the only technology that will help the laboratory to be more efficient and provide patient care in the most proficient manner possible the required equipment is automated and integrated with an automated process which will require no additional laboratory manpower. 5. Best Value Determination. The anticipated cost to the Government for this contract action will be fair and reasonable. IAW FAR § 15.403(b) (3), exceptions to certified cost or pricing data requirements are not required when a commercial item is being acquired. Orders issued under this limited sources justification represent the best value and the contractor has agreed to prices posted on the GSA website. These prices are based upon competitive quotes received from authorized retailers in a competitive environment. The government compared the most recent purchases for similar Cost Per Test and Analyzers purchased in SRCO, however; these are not digital analyzers "as requested" (Please see Paragraph 7(a)(1) of this document). The KS also SOURCE SELECTION INFORMATION (See FAR 2.101 and 3.104-4) Page 1 of 5 (13 June 2014) Control No: FY15-076 Cost-Per-Reportable-Result (CPRR) evaluated current pricing as noted in Paragraph 6 - Market Research for the GSA Contract under SIN 66, Category 605-2A - Clinical Analyzers, Laboratory, Cost-Per-Test. Therefore the price will represent the best value and result in the lowest overall cost alternative to meet the needs of CRDAMC. 6. Market Research: Market Research was conducted within the previous 12 months and revealed only one vendor can satisfy the government's requirement. The items are available on GSA Contract under SIN 66, Category 605-2A - Clinical Analyzers, Laboratory, Cost-Per-Test. (Pricing for various types of Cost Per Test and Cost Per Reportable Results range of $.50 to $24.50 per test this requirement falls with the range) Based on these findings Sysmex America, Inc. is the only vendor that can provide this Cost-Per-Reportable-Result (CPRR) using the XN 3000 with the attached Digital Imaging (DI) 60. The KS provided additional information: Contacted the other three (3) vendors under SIN 66, Category 605-2A and checked the price list to ensure these items were not available from any other contractors. Vendors contacted are listed below: 1. Othro-Clinical Diagnostics: Does not have a system that provides the Digital Imaging (DI) 60 technology. 2. Siemens Healthcare Diagnostics: Does not have a system that provides the Digital Imaging (DI) 60 technology. 3. Beckman Coulter, Inc: Does not have a system that provides the Digital Imaging (DI) 60 technology. Additional Market Research: CRDAMC has low, authorized, numbers of laboratory personnel. Therefore, they are looking to maximize the use of technology to compensate for shortages in personnel. Automation (track system) provides efficiency gains that are just not available with standalone equipment that requires more manpower intervention than automated systems. There will be a significant impact in the mission if the Hematology Analyzer is not automated due to personnel shortages. If any other analyzer is used in the Hematology section that is not automated will required an additional three (3) FTEs to meet the laboratory's mission. There are several systems that are automated and integrated; however, the process must be automated, which means no human intervention required to move the specimen from a slide to a reader. The XN3000 connected to the DI-60 allows for a continuous sample flow that performs CBC analysis, slide preparation, slide staining, and digital image pre-classification of cells in a complete work cell by placing the patient tube on the system, walking away and then confirming the results. Automated Cell Image Analysis provides a standardized differential result by SOURCE SELECTION INFORMATION (See FAR 2.101 and 3.104-4) Page 2 of 5 (13 June 2014) Control No: FY15-076 Cost-Per-Reportable-Result (CPRR) automating cell location and pre-classification. For the laboratory with a high number of manual differential counts this can impose staffing challenges, add cost, disrupt the workflow, and lengthen turnaround time Without the automation process you have a lower efficiency. Human intervention introduces errors in the process. If one step is omitted in the manual process the blood would have to be re-drawn, as a result the facility will incur additional costs for labor and supplies. With an automation system no steps are omitted; therefore, higher efficiency, less re-draws, and higher patient satisfaction. Limited space is a factor as well. The laboratory in the replacement hospital has limited space for equipment as well as storage. Equipment must be able to fit in a designated area and analyzers that require smaller reagent sizes and concentrated reagents require less storage. The Government has determined based on the size available, this is the only equipment which is automated and integrated with an automated process that will fit in the available space in the new laboratory. 7. Other Facts Supporting the Justification: Discuss any other facts supporting the use of other than full and open competition, such as the following: a. Procurement history. Reasonable efforts to retrieve the following items from computer records, contract files, competition advocate office files or other sources are expected: (1) Contract numbers and dates of the last several awards: W81K00-13-F-0072 = $645,000.00 (One Year Contract awarded on 28 Aug 2013). W81K00-14-P-0919 = $645,000.00 (One Year Contract awarded on 25 Sept 2014). (2) Competitive status of these actions. GSA & Unrestricted. (3) Authority previously used for less than full and open competition. FAR 8.405-6. (4) If a justification was prepared to support the procurement made before this one, a summary of the contents of paragraph 7 of the justification for that procurement and an explanation of the results. N/A. SOURCE SELECTION INFORMATION (See FAR 2.101 and 3.104-4) Page 3 of 5 (13 June 2014) Control No: FY15-076 Cost-Per-Reportable-Result (CPRR) (5) If any prior award was accomplished by full and open competition, a detailed explanation of the changed circumstances. N/A. (6) An explanation of any unusual patterns which may be revealed by the history, e.g., several consecutive, urgent buys. N/A. (7) If a justification was prepared to support the procurement made before this one, briefly describe the circumstances justifying the buy and whether there have been any significant changes. b. Acquisition data availability. N/A c. Unusual and compelling urgency. N/A d. Subcontracting competition. N/A 8. Actions Taken to Remove/Overcome Barriers to Competition: In the future the government will utilize the sources sought option as the government's mission changes this office will continue to monitor the market for any new participants to the Federal Supply Schedule (FSS). 9. Technical/Requirements Certification: I certify 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. Typed Name: _____________________________________ Date: ________________ Title: _____________________________ Signature: ___________________________ 10. Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Typed Name: _______________________________________ Date: Title: _______________________________ Signature: SOURCE SELECTION INFORMATION (See FAR 2.101 and 3.104-4) Page 4 of 5 (13 June 2014) Control No: FY15-076 Cost-Per-Reportable-Result (CPRR) APPROVAL Based on the foregoing justification, I hereby approve the $1,222,780.00 procurement of Cost-Per-Reportable- Result (CPRR) with the analyzer the XN 3000 with the attached Digital Imaging (DI) 60, on an other than full and open competition basis pursuant to the authority of FAR § 8.405-6(a)(1)(i)(b), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized for period 1 August 2015 through 31 August 2019, subject to availability of funds, and provided that the services herein described have otherwise been authorized for acquisition. Typed Name: ________________________________________ Date: Title: _______________________________ Signature: Enclosure: Additional Market Research (Customer) SOURCE SELECTION INFORMATION (See FAR 2.101 and 3.104-4) Page 5 of 5 (13 June 2014)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-15-R-0034/listing.html)
- Place of Performance
- Address: Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, Texas 76544., Fort Hood, Texas, 75644, United States
- Zip Code: 75644
- Zip Code: 75644
- Record
- SN03917758-W 20151010/151008234453-7866cfda1dd573cbdf2b52c1383eb70a (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 |