Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
DOCUMENT

J -- Service Maintenance on GE Equipment - Justification and Approval (J&A)

Notice Date
4/1/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316Q0437
 
Archive Date
5/31/2016
 
Point of Contact
Charline Cox
 
E-Mail Address
Charline.Cox@va.gov
(Charline.Cox@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
V797P-6019B VA243-16-F-1878
 
Award Date
4/1/2016
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA243-16-AP-1296 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: General Electric Company Manufacturer/Contractor POC & phone number: Matt Harrison (919) 244-8792 Mfgr/Contractor Address: General Electric Company/3000 GRANDVIEW BLVD 4-443, WAUKESHA, WI 53188-1615 Dealer/Rep address/phone number: GE Healthcare (800) 345-2700 The requested material or service represents the minimum requirements of the Government. (1)AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs (632) Northport VA Medical Center 79 Middleville Road Northport, NY 11768 VISN: 3 (2)NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: A Firm-fixed-price full service maintenance contract to cover support of RADIATION ONCOLOGY CT SIMULATOR, ECHOPACS, VIVD q, VIVID E9/TEE PROBE and GE PRECISION 500D RADIOGRAPHIC /FLUOROSCOPIC X-RAY Systems located at the VAMC Northport (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: This service contract is to provide hardware and software emergency repairs/corrections, routine corrective maintenance and preventative maintenance on the original equipment manufacturer's equipment for a period of one year, Fiscal Year 2016. Currently, Biomedical Engineering does not have factory trained and authorized staff to support this equipment. (b)ESTIMATED DOLLAR VALUE: $226,647.00 (c)REQUIRED DELIVERY DATE: 4/01/2016 (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) Specific 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. A 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.) Only General Electric (GE) has ready access to their own Original Equipment Manufacturer's (OEM) software, including revisions/updates designed to correct identified performance problems or software errors which are covered by the contract. The OEM is uniquely qualified to ensure that all updates are immediately available, properly installed and tested. A non-OEM authorized third-party vendor would not be notified of factory-issued software updates and upgrades. They would not have access to factory diagnostic software tools which could result in their inability to repair, and/or major turn-around-time delays in repair. Third -party service providers would not have access to copies of or knowledge of the OEM-proprietary software which resides on the system. Non-OEM service provides would also not have factory-trained field-service representatives since medical equipment OEMs do not offer training to third-party service providers or give them authorization to maintain their systems. A prior employee of the OEM working for a third-party would also not have access to the latest factory-issued circuit and software revisions and updates. The original equipment manufacturer (OEM) FSEs are fully-factory-trained, qualified and experienced in the maintenance inspections and repair requirements. Most importantly, the FSEs have a full understanding of the entire system, including its software. Indirect access to OEM-manufactured spare parts would jeopardize repair turn-around time, and that is if one can assume that the OEM will even sell the parts to a non-hospital organization such as a third- party service provider. These are "direct replacements" parts/components for existing equipment. The 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. The 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. An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (4) 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: The hospital-based Biomedical Engineering industry has an expectation that service contracts will cost anywhere from 8-10 percent of the original asset value of the equipment, sometimes even more where software based systems are concerned. $226,647.00 is a WITHIN THAT that standard, since it is 10.7 % of the original asset value of the equipment which was $2,070,727.00. (5)DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: As this is a request for other than full and open competition, no other sources have been deemed suitable offerors, nor are we aware of any existing offerors which could possibly meet our needs other than the OEM, GE. (6)ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Delays associated with repair of major medical systems which provide diagnosis, surgical intervention, treatment for life threatening diseases and life-support are not tolerated because they result in study/treatment cancellations, additional cost to transfer patients to other institutions, and in certain instances can result in loss of life. The usage of third-party vendors to provide service for sophisticated, highly-complex, software-based systems is unheard of throughout the hospital community. There is too much liability when patient lives are at stake, particularly with respect to anesthesia for surgical patients. Poorly maintained systems can fail in the middle of a surgical procedure. The only acceptable alternatives to hospitals and OEMs is to factory -train in-house Biomedical Engineering Technicians to provide "first-call" troubleshooting or higher-level support with the full back-up support of the OEM immediately available. (7)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: A third-party source would never be qualified to support this system, per statements in Paragraph 4, therefore, there are no barriers to be removed to open competition. (8) 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.) February 12, 2016 Northport VAMC (632) FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER'S SIGNATURE Digitally signed by LAWRENCE G UNGER 611402 DND: AdTc=E gov, dc=va, o=internal, ou=people, 0.9.2342.19200300.100.1.1=lawrence.unger@va Lawrence Unger, Contracting Officer NAME AND TITLE 402.goNvC, cOn2=-SLoAuWthRENCE G UNGER 611402 DaFteA:C2IL0I1T6Y.02.22 17:25:21 -05'00' b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Cherie Widger-Kresge 336226 Digitally signed by Cherie Widger-Kresge 336226 DN: dc=gov, dc=va, o=internal, ou=people, 0.9.2342.19200300.100.1.1=cherie.widger-kresge@va.gov, cn=Cherie Widger- Kresge 336226 Date: 2016.03.14 16:08:59 -04'00' SIGNATUREDATE Cherie Widger-Kresge NAME NCO2 North & South Director of Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316Q0437/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA243-16-Q-0437 VA243-16-Q-0437_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2651548&FileName=VA243-16-Q-0437-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2651548&FileName=VA243-16-Q-0437-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04070115-W 20160403/160401234207-76b79cb97ef1c5d5e3b5acc2981ba73f (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.