DOCUMENT
J -- VA263-17-F-0382 | Service | Welch Allyn Service Contract - Justification and Approval (J&A)
- Notice Date
- 4/21/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
- ZIP Code
- 57741
- Archive Date
- 5/28/2017
- Point of Contact
- Robert Gamble
- E-Mail Address
-
.gamble@va.gov<br
- Small Business Set-Aside
- N/A
- Award Number
- V797P-4333B VA263-17-F-0382
- Award Date
- 4/28/2017
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 05 Page 1 of 4 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID:_ 618-17-3-6065-0033______________ (INSERT) 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: Manufacturer/Contractor: Welch Allyn Manufacturer/Contractor POC & phone number: Steve Hagan 612-670-2261 Mfgr/Contractor Address: 4341 State Street Road Skaneateles Falls, NY 13153 Dealer/Rep address/phone number: Steve Hagan 612-670-2261 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs VA Midwest Healthcare Network 23 VISN: 23 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Contractor to provide support services for the software incorporated into Welch Allyn Vital Signs Monitor devices and equipment. This includes; telephone support during business hours, updates of the Vital Sign Monitor (VSM) and Connex Software, including Software essential to systems functionality and Software essential to hardware operation, remote diagnosis and repair, direct access to the Partners in Care Technical Support Center, clinical education, Connex Interface mapping changes, and Connex preference setting changes. The Period of Performance for the base year is April 1, 2017 through March 31, 2018 at all sites in VISN 23. Four option years are also to be included. (3) (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: Veterans Integrated Service Network 23 requires a contract for the maintenance and service of all Welch Allyn Vital Signs Monitor equipment located in the network. This is a request for a VISN-wide service agreement on Welch Allyn equipment. This service contract must provide help desk support to address questions and problems with the system, on-site service repair, software updates, remote service, and ongoing interface maintenance. (b) ESTIMATED DOLLAR VALUE: $Base yr. plus four option yrs total $360,450.00 (each yr. $72,090.00) c) REQUIRED DELIVERY DATE: 5/1/2017 (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) Welch Allyn is the proprietary manufacturer of this equipment and is the only source who is able to meet all of the specific requirements/characteristics for servicing/maintaining it. Software updates are available only from the company that developed the software, as the software is proprietary. No other company besides Welch Allyn would be able to supply the software support to the Connex system software. Also, proprietary software keys are necessary to provide the technical phone support, and no other company besides Welch Allyn would be able to supply those maintenance keys. Welch Allyn does not have a business agreement with other vendors to perform these services. 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.) These are direct replacements parts/components for existing equipment. This is for a support contract 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. (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: Supplies offered of the GSA schedule are listed at fixed prices. GSA has already determined the prices of supplies. Therefore, VISN 23 is not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). By placing an order against a schedule contract using the procedures in 8.405, VISN 23 has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government s needs. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: The maintenance required is on a system in which the manufacturer is the only source for maintenance. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: All VISN 23 facilities utilize the Welch Allyn vital signs monitors for monitoring patient blood pressure, temperature and other vital signs. Welch Allyn is the proprietary manufacturer of this equipment and is the only source who is able to meet all of the specific requirements/characteristics for servicing/maintaining it. Software updates are available only from the company that developed the software, as the software is proprietary. No other company besides Welch Allyn would be able to supply the software support to the Connex system software. Also, proprietary software keys are necessary to provide the technical phone support, and no other company besides Welch Allyn would be able to supply those maintenance keys. Welch Allyn does not have a business agreement with other vendors to perform these services. (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: Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 05 Page 4 of 4 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 (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.) 1/20/2017 SIGNATURE DATE Angela Mulinix Biomedical Engineer VISN 23/ Biomedical Engineering NAME TITLE SERVICE LINE/SECTION VISN 23 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/DESIGNEE S SIGNATURE DATE ______________________________ NAME AND TITLE FACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE NAME NCO/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d1484d348eb70eab1ddd18cad57cfd5c)
- Document(s)
- Justification and Approval (J&A)
- File Name: V797P-4333B VA263-17-F-0382 V797P-4333B VA263-17-F-0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3435024&FileName=V797P-4333B-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3435024&FileName=V797P-4333B-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: V797P-4333B VA263-17-F-0382 V797P-4333B VA263-17-F-0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3435024&FileName=V797P-4333B-004.docx)
- Record
- SN04481443-W 20170423/170421234836-d1484d348eb70eab1ddd18cad57cfd5c (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 |