DOCUMENT
66 -- 550-17-1-144-0004 Siemens Immunoassay Chemistry - Justification and Approval (J&A)
- Notice Date
- 10/4/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Archive Date
- 10/31/2016
- Point of Contact
- Kellie Konopinski
- E-Mail Address
-
.Konopinski@va.gov<br
- Small Business Set-Aside
- N/A
- Award Number
- V797D-30175 VA250-16-J-2599
- Award Date
- 10/1/2016
- Description
- LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA251-16-AP-4323 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: Siemens Healthcare Diagnostic Manufacturer/Contractor POC & phone number: 866-323-3468 Mfgr/Contractor Address: 115 Norwood Park St., Norwood, MA 02062-4633 Dealer/Rep address/phone number: Cathy Knutsen 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs 1900 E. Main St. ___________ Danville, IL 61832_________________ VISN:12 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Purchase of reagents and supplies for cost per reportable lab testing on Siemens Centaur instrument (V797D-30175) from a single source. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Siemens analyzer required supplies and reagents (FT4 Reagent/250, T3 Reagent/400, FSH Reagent/500, IPTH Reagent/100, etc.) (b)ESTIMATED DOLLAR VALUE: $260,000.00 (c)REQUIRED DELIVERY DATE: 10/01/2016 - 09/30/2017 (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. 0A 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.) 0These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 1The 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. Siemens Centaur XP instrument is currently being used and is within its useful life. The only reagents that can be used with this instrument are Siemens reagents specified by the manufacturer. These are also the only approved reagents per FDA. The need for these reagents constitutes a proprietary sole/limited source situation and any attempt to vary from these reagents for use with this instrument would taint results and jeopardize patient care. 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: In accordance with FAR 8.4, this order represents the best value to the Government because it provides the only source to utilize the existing Siemens equipment in providing continuous VA patient care. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Market research was conducted on GSA, NAC and the internet. There is currently no other vendors who have access to the proprietary reagents and are able to provide these specific supplies which are needed for lab testing. I also contacted the vendor directly to see if they have two SDVOSB distributors and at this time they do not. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None (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: Once the VA Medical Center determines our current analyzer is deemed unserviceable or outdated, we will look for future competition for replacement equipment as well as the reagents that need to run on this equipment. Abrupt replacement for this equipment is not possible due to 2-3 months of transition needed to conduct proper reference testing and quality control measures. This transition period and requirement must be taken into account when proposing future replacement of these machines. (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.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a92f8dc8c511be4903a2ed908b20783)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797D-30175 VA250-16-J-2599 V797D-30175 VA250-16-J-2599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3039966&FileName=V797D-30175-006.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3039966&FileName=V797D-30175-006.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797D-30175 VA250-16-J-2599 V797D-30175 VA250-16-J-2599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3039966&FileName=V797D-30175-006.docx)
- Record
- SN04297501-W 20161006/161004234508-9a92f8dc8c511be4903a2ed908b20783 (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 |