SOLICITATION NOTICE
65 -- ANESTHESIA WORKSTATION PHARMACY HAMPTON VAMC Intent to sole source
- Notice Date
- 5/20/2024 5:59:36 AM
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24624Q0840
- Response Due
- 5/24/2024 7:00:00 AM
- Archive Date
- 05/29/2024
- Point of Contact
- John P Harmsen, Contract Specialist, Phone: 757-722-7961
- E-Mail Address
-
john.harmsen@va.gov
(john.harmsen@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- VHAPG Part 813.5 Simplified Acquisition Procedures for Certain Commercial Items Sole Source Justification >SAT-$7.5M under FAR13.5 Effective Date: 02/01/2022 Page 1 of 9 DEPARTMENT OF VETERANS AFFAIRS SOLE SOURCE JUSTIFICATION UNDER SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS IN ACCORDANCE WITH FAR 13.5 Acquisition Plan Action ID: 36C24624AP2604 Contracting Activity: Department of Veterans Affairs, Network/Program Contracting Office 06, located at Hampton VA Medical Center, in support of VISN 06 VA Health Care System at 100 Emancipation Dr. Hampton, VA 23667, PR: 590-24-2-985-0109. Nature and/or Description of the Action Being Processed: This is a requirement for the Hampton VAMC Pharmacy requesting a Omincell Pharmacy workstations. This equipment will be integrated into the systems currently in place at the facility. Description of Supplies/Services Required to Meet the Agency s Needs: This requirement is for replacement workstations to be integrated into the Omnicell Pharmacy system in use at Hampton VAMC. If another brand were to be procured, the equipment would not work with the Omicell Pharmacy system used at Hampton VAMC. Market research has revealed that Omnicell is the the manufacturer and only source for the required equipment with one SDVOSB authorized distributor. Statutory Authority Permitting Restricted Competition: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. § 1901 and is implemented by FAR 13.106-1(b)(2) for restricting competition on this procurement. Competition is restricted on this procurement for the reason below: ( X ) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements ( ) Unusual and Compelling Urgency ( ) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services ( ) International Agreement ( ) Authorized or Required by Statute ( ) National Security ( ) Public Interest Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Only One Responsible Source 1. Only system that will communicate with Omnicell server. 2. System exists currently and will communicate with VISTA/CPRS 3. System can control fridge lock with temperature. The requirement is proprietary in nature. Omnicell is the main operating platform used by the facility, workflow relative to medication distribution, information distribution and patient information interface throughout the medical center. No other brand name or equal product and service is interoperable or compatible with the proprietary Omnicell infrastructure and source code. Similar products from other vendors cannot be incorporated into the current operating Omnicell system. Purchasing different equipment and/or use of another vendor would incur significant duplication of costs. Product research determined that there is no other manufacturer or distributor that can meet the government needs. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Under the current situation the option to compete the requirement is nonexistent. Omnicell would have to revise the server to let other manufacturers function on their server. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Omnicell is on schedule and Trillamed prices are discounted from the schedule price. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: See Market Research document. Any Other Facts Supporting the Use of Other than Full and Open Competition: None Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: OmniCell Inc (LB) (OEM) Trillamed (SDVOSB) (Authorized Distributor) A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: None at this time. 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 and belief. _____________________________ ________________________ Name Date Title Facility Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. John Harmsen Contracting Officer NCO 6 Supply/Services Team 1 One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Jerry Mann Branch Chief NCO 6 Supply/Services Team 1
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/278b061eb9b945ffb48b62c1464bf38d/view)
- Record
- SN07070634-F 20240522/240520230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |