Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2018 FBO #5952
DOCUMENT

J -- DaVinci Surgical Robot Svc Contract - Attachment

Notice Date
3/9/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Archive Date
3/23/2018
 
Point of Contact
Charles Hartwick
 
E-Mail Address
Charles.Hartwick@va.gov
(charles.hartwick@va.gov)
 
Small Business Set-Aside
N/A
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 1 of 4 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA260-18-AP-2170 Contracting Activity: Department of Veterans Affairs, NCO20, for the Portland VA Medical Center. This is a justification for an exception to fair opportunity in accordance with FAR subpart 808.405-6 Limiting Sources. This requirement will be funded by purchase request 648-18-2-105-0049. Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). The proposed sole source action is a task order against Intuitive Surgical Inc. award contract VA119-14-D-0001. This contract is a VA-NAC contract developed by the Strategic Acquisition Center (SAC). This IDIQ is available for task orders with a period of performance of 3/10/2018 - 3/9/2019. This action is for a 12 month full-service maintenance contract and is a Firm-Fixed Price (FFP) contract type. Order against: FSS Contract Number: VA119-14-D-0001 Name of Proposed Contractor: Intuitive Surgical Inc. Street Address: 1266 Kifer Road City, State, Zip: Sunnyvale, CA Phone: 408-523-8661 Description of Supplies or Services: The estimated value of the proposed action is $ 171,661.29 The contract will furnish all necessary services, including parts and labor, to maintain the da Vinci Robotic Surgical System for optimum performance. This includes but is not limited to software maintenance, diagnostics, troubleshooting, preventative maintenance, testing, adjustments, calibrations, replacement of defective parts, and repair of parts. The total estimated value of the proposed action is $171,661.29 with a period of performance 03/15/2018-03/09/2019. Authority: ORDER AGAINST FSS: Authority of the Multiple Award Schedule Program, Title III of the Federal Property and Administrative Services Act of 1949 (41 USC 251, et seq.); Title 40 USC 501, Services for Executive Agencies; and Section 803 of the National Defense Authorization Act of 2002 (PL 107-107) and implemented by FAR 8.405-6: 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; FAR 8.405-6(a)(1)(i)(B)) Due to the highly complex nature of the Davinci dual monitor surgical system it is not possible to have this full-service maintenance contract performed by anyone other than the equipment manufacturer and OEM certified technicians. In the interest of economy and efficiency, 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. Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. FAR 8.405-6(a)(2)iii. The Davinci Surgical System is a piece High Technical Medical Equipment (HTME) that is patented by the manufacturer and is therefore the maintenance and repair of the system is proprietary and can only be provided by the manufacturer. direct replacements parts/components for the Davinci Surgical System are only available from the manufacturer through OEM certified technicians. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Only OEM certified technicians with exclusive access to OEM replacement parts can ensure the Davinci Surgical System is maintained to OEM performance standards and specifications. Rational/explanation to support cited authority: Strategic Acquisition Center (SAC) negotiates contracts at the National Acquisition Center (NAC) for use by all Network Contracting Offices (NCO) within the Veterans Administration. The pricing under these contracts were already considered to be fair and reasonable. IAW 8.405-4, pricing offered under these NAC contracts is established at a price reduction from standard market rates. MARKET RESEARCH: This determination satisfies the requirements of FAR 8.405-6. The requirement to prepare a written justification IAW FAR 6.303 does not apply to Federal Supply Schedules. Market research was note conducted at this time, as this service should be sole sourced to the OEM because the proprietary DaVinci system can only be accessed for maintenance and support by the OEM Intuitive Surgical. 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.) _____ SIGNATURE DATE Chris Arciga Biomedical Engineering NAME TITLE SERVICE LINE/SECTION Portland VA Medical Center (PVAMC) FACILITY 9. APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 OFOC SOP: a. CONTRACTING OFFICER S CERTIFICATION: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____ CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE Lisa Spiral O Neil NCO20____________________________ Contract Officer FACILITY b. One Level Above the Contracting Officer (Required over$150K but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____ SIGNATURE DATE Karen Dailey NAME NCO20/Chief-Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9a99fb8e10c9065d57757c9eb76f783)
 
Document(s)
Attachment
 
File Name: VA119-14-D-0001 36C26018N1421 VA119-14-D-0001 36C26018N1421_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139610&FileName=VA119-14-D-0001-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139610&FileName=VA119-14-D-0001-006.docx

 
File Name: VA119-14-D-0001 36C26018N1421 P03 PART8 LSJ OVER 150K BC Signed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139611&FileName=VA119-14-D-0001-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139611&FileName=VA119-14-D-0001-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04849788-W 20180311/180309231306-b9a99fb8e10c9065d57757c9eb76f783 (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.