DOCUMENT
65 -- (C) 436 CA1000 CATH LAB UPGRADE - Attachment
- Notice Date
- 9/9/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25916Q0548
- Response Due
- 9/15/2016
- Archive Date
- 11/14/2016
- Point of Contact
- Shelby Hamilton
- E-Mail Address
-
le,
- Small Business Set-Aside
- Veteran-Owned 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 issued and effective July 14, 2016. This solicitation VA259-16-Q-0548 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing). This RFQ is being issued as a Veteran Owned Small Business (VOSB) set-aside under NAICS Code 334510, SBA Small Business Size Standard of 1,250 employees. Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis All Items being Solicited (Products and/or Receivables as appropriate) must be of New Manufacture; No Remanufactured or "Grey Market" items allowed. FAR 52.212-4 applies to all Solicitations and Awards. The Government anticipates award of a Firm Fixed Price contract. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provide details of how the Contractor's Equipment meets the required salient characteristics (2) Price. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price. Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Service Disabled Veteran Owned Small Businesses (SDVOSB) to supply the Montana VAHCS - Fort Harrison for Cardiac Cath Lab Upgrade. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. Solicitation and evaluation of offers are to be in accordance with (IAW) FAR 11.105(a)(2)(i), Items Peculiar to One Manufacturer and FAR 8.405-6, Limited Sources. CLINItem Reference NumberItem DescriptionQuantityUnit of Measure 1P0001TGCA1000 V2 ST QC MOD1EA 2P2045JDATA MIGRATION SERVICES4EA 3P2301JTGEHC UPG SVC - STD16EA 4P0001SSCVIS PROJECT MANAGEMENT2EA 5P2037LAEA SYSTEMS TRAINING1EA 6P2300ZAITPS INT SVCS - STD HRS2EA 7H4800SJCardiac Apps Training - one day2EA 8P2301JWGEHC UPG SVC - OFF HRS4EA 9P0001TKCA1000 V2.0 ENGLISH MNL1EA 10P2039TRHP z640 w2100 x 11EA 11P2028LHBARCO 2221 21" MDRC2EA 12P2039WJHP workstation 8GB mem3EA Delivery: VA Medical Center - Fort Harrison 3687 Veterans Drive Fort Harrison, MT 59636 Deliver within 60 days of award date. Commercial Items Terms and Conditions: The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-10, FOB Destination is in accordance with FAR 52.247-49. The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. SAM Requirement: This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. In addition, the following information is required for your quote to be considered: -Estimated delivery time (ARO): -Complete company name and address: -Company Point of Contact: -Email -Phone Number: -DUNS Number: Submit quotation and all supporting documentation to shelby.hamilton2@va.gov. Offers are to be provided no later than 3:00 pm (MST) 15 September 2016. Please feel free to contact me if you have any questions. LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA259-16-AP-6634 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 Medical Manufacturer/Contractor POC & phone number: Kenneth Burton / 206-212-8028 Mfgr/Contractor Address: Dealer/Rep address/phone number: 0 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VA Montana Health Care System_ _ 4100 East Mississippi Avenue ____ Suite 900 Glendale, Colorado 80246 VISN:19 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: VA Montana Station is requesting the upgrade of the Cath Lab Archival (CA1000), Net App 7mode NAS to NetApp cdot and a Service contract to maintain new system if purchased. The current operating system in not in compliance with national VA standards for medical device networking. The upgrade request allows the facility to be compliant while ensuring that electronic patient data is accessible and secure. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: This is a major upgrade of Software and Hardware and this is a Proprietary to GE Medical To be on the Medical Network the VA is requiring that unsupported Microsoft Operating and Servers (XP and MSServer2008 be replaced to the required W7 and Server 2012R2. The new system is an upgrade from the current system with more complex reporting capabilities that will require training for the operators. A service agreement is recommended because: This modality will require software upgrades for the systems lifecycle. Multiple software upgrades in the future will be addressing security upgrades. The service agreement will address this possibility. Service agreement attached as part of the package. (b)ESTIMATED DOLLAR VALUE: $[REDACTED] (c)REQUIRED DELIVERY DATE: 30 November 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) 0Specific 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. 1A patent, copyright or proprietary data limits competition. The proprietary data is: The items requested are proprietary to GE as a manufacturer and only have two licensed distributors that can provide the requested software. Third party vendors or manufacturers are cannot legally upgrade the system. 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: The purchase of a new system rather than upgrading the current system, would increase the purchase amount substantially. There are two Veteran Owned Small Businesses that hold VA contracts who are licensed distributors of the system requested. The names of the companies and contract number are below.____________________________________ _______ ___________ 1.) [REDACTED] 2.) [REDACTED] (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: The current Cardiac Cath Lab system is Proprietary to GE Medical Systems and cannot be upgraded by third party Vendors or Manufacturers. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This is a proprietary system unique to GE Medical and all upgrade and training must be completed by GE Medical Systems. GE Medical Systems has a lengthy positive professional relationship with Montana Veteran Affairs Health Care System. (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: The only option outside of upgrading the current system is to replace the entire system. There are two Veteran Owned Small Business Distributors licensed by GE to provide the requested upgrade. (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.) [REDACTED] SIGNATUREDATE (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. [REDACTED] CONTRACTING OFFICER/DESIGNEE'S SIGNATUREDATE b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. [REDACTED]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916Q0548/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-Q-0548 VA259-16-Q-0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2995301&FileName=VA259-16-Q-0548-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2995301&FileName=VA259-16-Q-0548-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-Q-0548 VA259-16-Q-0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2995301&FileName=VA259-16-Q-0548-000.docx)
- Place of Performance
- Address: Ken Adams;3687 Veterans Drive;Fort Harrison, MT 59636-9703
- Zip Code: 59636
- Zip Code: 59636
- Record
- SN04265769-W 20160911/160911093335-8ede2c19cbaf2a0f7535bd44bceee182 (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 |