DOCUMENT
W -- 655-18-2-059-0015 Endoscope Lease Base Year 2018 (+ 4 Option Years) - Justification and Approval (J&A)
- Notice Date
- 5/1/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 339112
— Surgical and Medical 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
- Solicitation Number
- 36C25018Q0406
- Archive Date
- 5/31/2018
- Point of Contact
- Kellie Konopinski
- E-Mail Address
-
2-4330<br
- Small Business Set-Aside
- N/A
- Award Number
- 36C25018A0021
- Award Date
- 5/1/2018
- 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 1 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID:___VA250-18-AP-3146___ Contracting Activity: Department of Veterans Affairs, VISN 10, SAGINAW VA Medical Center, Surgical Service, 655-18-2-059-0150 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). This is a new requirement. Order against: FSS Contract Number: V797P-2065D Name of Proposed Contractor: OLYMPUS CORPORATION OF THE AMERICAS Street Address: 3500 CORPORATE PARKWAY, PO BOX 610 City, State, Zip: CENTER VALLEY, PA 18034-0610 Phone: (484) 896-5000 Description of Supplies or Services: The estimated value of the proposed action is $ 1 BASE YEAR FOR ENDOSCOPES AND PERIPHERALS to include 4 option years 12 MO 2 ENDOSCOPE PROPERTY TAX 1 YR 3 K10016678 WM-NP2 WORKSTATION 1 EA 4 GIF-H190 EVIS EXERA III HDTV GASTROSCOPE 3 EA 5 CF-HQ190L EVIS EXERA III HD COLONOSCOPE 5 EA 6 MAJ-1638 SCOPE POLE KIT WM-P2 1 EA 7 MAJ-1640 SLIDING KEYBOARD TRAY WM-P2 1 EA 8 ESG-100 ELECTROSURG GEN KIT W/CORDS 1 EA 9 OEP-5 HD OLYMPUS PRINTER 1 EA 10 OEV-25H HI DEF LED LCD MONITOR 2 EA 11 OFP-2 FLUSHING PUMP 2 EA 12 IS20300 NDS ZERO WIRE KIT 90T2028 2 EA 13 GIF-HQ190 EVIS EXERA III HDTV DF NBI 2 EA 14 CF-HQ190L EVIS EXERA III HD COLONOSCOPE 6 EA 15 PCF-H190L W/ SCOPE GUIDE 4 EA 16 IS40950 nSTREAM GX SINGLE CHANNEL HD-SDI 2 EA 17 IS50025 ELO 15" W/ SCREEN 1519LM 2 EA 18 UPDR-80MD SONY DYE SUB LETR W/ 12" USB 2 EA 19 MAJ-1664 NURSES CONTROL PANEL ARM-LONG 2 EA 20 IS40925 SECURED WIRELESS 2 EA (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), 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) An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. 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; 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. The original order must not have been previously issued under sole source or limited source procedures. Items peculiar to one manufacturer: 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. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Olympus scopes run off proprietary software, this software is compatible and interconnected with other surgical equipment in surgical lab. To compete this action would not be cost effective nor the best interest of the Government because not only these scopes and equipment would have to obtained but the ancillary equipment would need to be procured to keep the Surgical Lab systems compatible. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: To compete this action would not be cost effective nor the best interest of the Government because not only these scopes and equipment would have to obtained but the other existing equipment would need to be procured to keep the Surgical Lab systems compatible. The service s existing Olympus endoscopy equipment is only compatible with the original equipment manufacturer (OEM) which is Olympus America, Inc. The Surgical lab currently uses Olympus endoscopes and the ancillary equipment. The Olympus system has been interconnected and interfaced with the VA system for over four (4) years, the staff and physicians are trained and are very familiar with the Olympus equipment. Olympus scopes run off proprietary software, this software is compatible and interconnected with other surgical equipment in surgical lab. Olympus American, Inc., (OEM), does not authorize any small business entities to lease their scopes and peripheral video processor equipment, only the OEM is able to enter into a lease for their equipment. (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 not conducted due to the following: To compete this action would not be cost effective nor the best interest of the Government because not only these scopes and ancillary equipment would have to obtained but the other existing equipment would need to be procured to keep the Surgical Lab systems compatible. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: N/A (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: N/A (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.) _ February 14, 2018 SIGNATURE DATE __________ NAME TITLE SERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 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. February 14, 2018 CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE VA Ann Arbor Healthcare System________ NAME AND TITLE 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 NAME NCO/PCO XX Duty Title
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q0406/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: 36C25018A0021 36C25018A0021_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4271048&FileName=36C25018A0021-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4271048&FileName=36C25018A0021-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018A0021 36C25018A0021_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4271048&FileName=36C25018A0021-000.docx)
- Record
- SN04906341-W 20180503/180501230756-e220c72c3afcdc5bd18cae393e64eae6 (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 |