AWARD
D -- Wireless Telecommunication Service
- Notice Date
- 6/5/2018
- Notice Type
- Award Notice
- NAICS
- 517312
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Archive Date
- 7/5/2018
- Point of Contact
- Robert M. Salomon, Phone: 6195328108
- E-Mail Address
-
robert.m.salomon2.civ@mail.mil
(robert.m.salomon2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N0024418D0003-N0025918F0112
- Award Date
- 5/23/2018
- Awardee
- Cellco Partnership, One Verizon Way, Basking Ridge, New Jersey 07920-1025, United States
- Award Amount
- $328,129.98
- Description
- JUSTIFICATION FOR EXCEPTION TO FAIR OPPORUNITY FOR A MULTIPLE AWARD CONTRACT ORDER (MAC) Above the Simplified Acquisition Threshold (SAT) 1. IDENTIFICATION OF AGENCY AND CONTRACTING ACTIVITY: This is a Limited Source Justification. The requiring activity is Naval Medical Center San Diego (NMCSD); the contracting activity is Naval Medical Center San Diego (NMCSD). 2. NATURE/DESCRIPTION OF CONTRACT ACTION: This acquisition is conducted under the authority of 10 U.S.C. 2304a through 2304d. This is a limited source action to be awarded as a new task order (TO) to Cellco Partnership, doing business as (DBA) Verizon Wireless. The placement of a Firm Fixed Price (FFP) task order is anticipated. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: The proposed acquisition is to provide wireless services to NMCSD personnel. It is intended to acquire wireless cellular services for domestic use and temporary international services for a period of three (3) months to Verizon Wireless in the amount of $328,129.98. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority which permits not providing each awardee a fair opportunity to be considered for each order exceeding $3,500 issued under a multiple award contract is 10 U.S.C. 2304c, as implemented by FAR 16.505(b)(2) and, for orders exceeding $250,000.00, DFARS 216.505-70(b)(2). (a) Describe in detail reason for purchasing and why it is beneficial to the Navy: (i) The proposed acquisition is to support NMCSD personnel and their ongoing mission of patient care with a continuation of wireless services performed by Verizon Wireless. Patient care includes emergency services and code teams (code blue, code stroke, code stemi, code red, etc.) which require uninterrupted wireless connectivity. Verizon Wireless is the only provider with established infrastructure at NMCSD, required for quality wireless services. Without Verizon Wireless services, the NMCSD mission of patient care would be at great risk. (b) Reasons for not providing a fair opportunity to all awardees: (i) The need for the services is so specialized that providing a fair opportunity would result in a loss in 4G LTE coverage for some extremely remote locations such as Djibouti, as well as a loss in global connectivity required for Tele Critical Care (TCC) operations in remote locations. Past performance and evaluation has been conducted in several countries to determine that Verizon is the only carrier that can support the wide Outside Continental United States (OCONUS) critical care requirements for NMCSD. TELE CRITICAL CARE Verizon best meets the government's requirements for TCC wireless support. Verizon has superior coverage at NMCSD with established infrastructure. Since our providers will most likely be at NMCSD, this is a critical component of connectivity. TCC, especially as it relates to Operational Virtual Health (OVH), is a cutting-edge technology innovation which is breaking new ground in patient care. These groundbreaking achievements require state-of-the-art resources to perform last-minute (and sometimes on-the-fly) problem-solving. Verizon has continuously demonstrated technological support and a willingness to commit the necessary manpower and resources to meet this unique (and challenging) aspect of our work. The other carriers do not have comparable infrastructure to meet this aspect of the requirement. Please see INFRASTRUCTURE below for details. (ii) Only one (1) awardee is capable of providing the services required at the level of quality required because the supplies or services ordered are highly specialized. NMCSD requires the vendor to have a distribution antenna system in place and provide unlocking capabilities on all devices. During international operations, NMCSD personnel are frequently required to remove their SIM cards and insert ‘country-specific' SIM cards in order to achieve optimal connectivity. This is only possible if devices have unlocking capability. (see UNLOCKED DEVICES below for details); INFRASTRUCTURE Only Verizon has a Distributed Antenna System in place at NMCSD. The planning, installation and implementation of this system took approximately 18 months of work by dedicated teams to perfect connectivity throughout 1.2 million square feet of the hospital as well as 27 outlying clinics. It is estimated by the NMCSD IT Department that any other carrier would require at least 18-24 months to plan, install and implement a similar Distributed Antenna System, which further supports the need for an exception to fair opportunity at this time. Per negotiations between NMCSD and all Spiral III providers, it is estimated to take 18-24 months for each carrier to install its individual Distributive Antenna Systems from the time the Memorandum of Agreements are reviewed and approved by NAVMEDWEST and BUMED. This approval is required prior to beginning and installation of the required systems at NMCSD facilities. Until the Distributive Antenna Systems are fully operational, neither AT&T nor T-Mobile have the capability of providing uninterrupted services within the confines of NMCSD. These services are required to ensure emergency personnel are alerted to any and all emergent "codes" that directly affect patients in life or death situations. UNLOCKED DEVICES Verizon is the only carrier that provides UNLOCKED devices which allow SIM card changes in support of international missions. Different countries require use of Local SIM cards to allow proper frequency adaptation and uninterrupted connectivity. Using locked devices provided by other carriers would cause mission disruption due to the inability of these devices to adapt to changes in geography. Only Verizon provides this opportunity. (iii) The order must be issued on a sole-source basis in the interest of economy and efficiency. Currently, a short term TO is in place to ensure continuity of services without interruption at NMCSD. This three (3) month TO will serve to ensure continuity of services while FLC San Diego is preparing to award a five (5) year (one (1) 12 month base period and four (4) 12 month option periods), TO to ensure long term continuity of services and is anticipated to be awarded in August of 2018. As patient safety is the main mission of NMCSD, Verizon has systems in place which provide secure and reliable communication safeguards in case of emergency, therefore changing carriers would negatively affect our mission; EMERGENT SERVICES & WPS SYSTEM Past performance indicates that Verizon offers the greatest reliability in the event of emergencies. This includes backup battery and generator and a proactive approach to ensuring up-time for critical care facilities with 24/7 monitoring of infrastructure. These services depend on network, application and device interoperability to function effectively across different healthcare agencies. The Verizon wireless network also provides the seamless changing of frequencies whenever there is congestion in the present frequency, resulting in uninterrupted connectivity and service. Wireless Priority Service (WPS) allows dedicated service to specified end users in the case of any emergency situation or natural disasters such as earthquakes, tsunamis, power outages, and active shooters. Code Blue teams and other emergency workers require and achieve priority and pre-emption over other devices in a dedicated network resulting in uninterrupted connectivity and reliable service in emergency situations to facilitate the accomplishment of their mission. Other carriers must first establish sufficient infrastructure at NMCSD in order to be able to provide these services. Without proper infrastructure, it is impossible for other carriers to achieve the level of service currently provided by Verizon. 5. DETERMINATION OF THE BEST VALUE: The contract did establish the prices for the wireless services to be fair and reasonable at program level. The Contracting Officer will determine, using the procedures in FAR 15.4, that the order represents the best value to meet the Government's needs. The Contracting Officer may also seek additional discounts before placing the task order. 6. DESCRIPTION OF MARKET RESEARCH: The requiring activity and contracting activity have conducted market research among the multiple award contractors. At this time, Verizon Wireless is currently the only provider capable of meeting NMCSD's needs for a distribution antenna system, ensuring continuous internal coverage in extremely remote locations such as Djibouti, and global connectivity required for Tele Critical Care operations in remote locations without the risk of interruption to fulfill the Government's needs. The requiring activity certifies that the requirement can be met by a commercial item. 7. ANY OTHER SUPPORTING FACTS: This procurement uses a MAC and will be solicited and awarded in accordance with FAR Subpart 16.5. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: Using this non-competitive short-term procurement to provide time to develop competitive specifications for a future competitive long-term procurement in August, 2018. All future requirements will be handled on a case-by-case basis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/Awards/N0024418D0003-N0025918F0112.html)
- Record
- SN04944019-W 20180607/180605231108-67090b7e766524112f40a6eba438eda0 (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 |