Www.vendorportal.ecms.va.gov



LIMITED SOURCES JUSTIFICATIONORDER >$3,000FAR PART 8.405-6(a)(1)(B) 2237 Transaction # or Vista Equipment Transaction #: 756-15-1-3003-0003 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in paragraph 3(a) below is limited 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: Provide original manufacturer’s name for material or contractor’s name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.)Manufacturer/Contractor: Olympus America, Inc. dba Medical Services Group (V797-P-2065D)Manufacturer/Contractor POC & phone number: Robin O’Connell/480-471-6708Mfgr/Contractor Address: 3500 Corporate Pkwy, Center Valley, PA 18034-0610Dealer/Rep address/phone number: Robin O’Connell, robin.oconnell@ FORMCHECKBOX The requested material or service represents the minimum requirements of the Government.(1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans AffairsNetwork Contracting Office (NCO) 18 VISN:18 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED:The NCO 18 Contracting Office proposes limited-source, firm-fixed price task orders (base plus one option) with Olympus America for the lease and preventative maintenance services of endoscopes to be used during surgical procedures at the El Paso VAMC facility. The contractor will be required to provide equipment and services in accordance with Deputy Under Secretary for Health for Operations and Management (DUSHOM) memorandum dated Dec 6, 2010. The lease/service task order will standardize the usage of endoscopes throughout VISN 18 ensuring continuity between facilities.(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY’S NEED:This procurement is for the lease and preventative maintenance services of Olympus America Original Equipment Manufacturer (OEM) endoscopes to be used specifically at El Paso VAMC. The contractor will provide OEM parts and service to include the trade in of current, out dated Government owned equipment. The usage of the Olympus America OEM parts and service is based on current Olympus America endoscopes being used at other medical centers throughout VISN 18 and the DUSHOM letter requesting the standardization of these types of equipment and services of at a national level throughout Veterans Health Administration (VHA). (b)ESTIMATED DOLLAR VALUE: $60,786.60 (Base)/$121,573.20 (Total)(c)REQUIRED DELIVERY DATE: November 1, 2014(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) FORMCHECKBOX Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources:The DSHUOM memorandum dated Dec 6, 2010 specifically identifies the usage of three OEM endoscope manufacturers and the usage any in the standardization of equipment and services. VISN 18 medical facilities currently use Olympus America as the standard throughout the seven (7) facilities. The medical facilities personnel are trained and certified with the current inventory of Olympus America OEM scopes and are requesting this contractor to be the standard. There are currently six (6) other leases throughout VISN 18 and overall objective through the BioMedical Engineering community is to have Olympus America as the only source for endoscope equipment and preventative maintenance support services. With the trade in value included for older styles/models of the endoscopes, Olympus America is guaranteeing that any/all facilities using Olympus America OEM equipment will always have the most current and up to date scopes. FORMCHECKBOX 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.): FORMCHECKBOX These are “direct replacements” parts/components for existing equipment: The lease agreement will provide replacement scopes as part of the trade-in of older scopes. FORMCHECKBOX 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:VISN 18 medical facilities are currently using Government owned Olympus America scopes which includes equipment accessories used during surgical procedures. By using Olympus America leased scopes, they can be integrated into the current Government owned equipment located at each facility. FORMCHECKBOX 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:The services are available through Veterans Administrations National Acquisition Centers (NAC) V797P-2065D (terms and conditions). FORMCHECKBOX 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: Since this procurement will be awarded as a task order against an existing NAC FSS contract, the anticipated cost is considered to be fair and reasonable in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 8.404(d). FAR 8.404(d) states that the “GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing.” Furthermore, “by placing an order against a schedule contract using the procedures in 8.405, the ordering activity has concluded that the order represents the best value (as defined in FAR 2.101) and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government’s needs.” Also, the Contracting Officer will seek further discounts if appropriate. Before award of individual task order with options (estimated $121,573.20), the Contracting Officer will ensure that the prices are within the NAC Contract negotiated prices and within costs recently awarded for similar procurements.(6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED:The customer indicated that Olympus America is one of the sole sources capable of providing the required equipment lease and preventative maintenance services stated above.No SDVOSB/VOSB’s listed in VetBiz are able to provide the services.Olympus America is one of the only NAC FSS vendors that are able to provide the services.DUSHOM memorandum for standardization of equipment.Vista – Proposed price(s) found to be fair and reasonable compared to previous purchase orders listed in the market research documentation.(7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION:DUSHOM memorandum(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:Unless otherwise rescinded, all endoscope requirements will be awarded to one of three contractors identified on DUSHOM memorandum for standardization and based on the needs of the medical facilities.(9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs (El Paso VAMC) 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.)//Signed// 6-5-2014SIGNATUREDATEKathleen RutterSurgical TechnicianSurgical CareNAMETITLESERVICE LINE/SECTIONEl Paso VA Medical Center FACILITY(10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(d):a. CONTRACTING OFFICER’S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. //Signed//6-6-2014CONTRACTING OFFICER’S SIGNATUREDATECarlos Acosta__________________________Tucson VA Medical Center ________________Contracting OfficerFACILITYb. NCM/PCM/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. //Signed//8-19-2014Ross D. BrownDATEDirector of Contracting (DoC), NCO-18HIGHER LEVEL APPROVAL (Required For orders over $650,000): c. SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4.//Signed//8-21-2014Delia A. Adams, MBA, CPCM DATESAO-West, Director d. VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4Approval/Disapprove//Signed//9-3-2014Norbert S. Doyle, Chief Procurement and Logistics Officer DATEVHA Head of Contracting Activity (HCA) e. VA Deputy Senior Procurement Executive Approval ($12.5 million not to exceed $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4//NOT APPLICABLE// FORMTEXT ?????C. FORD HEARD DATEDeputy Senior Procurement Executive (DSPE)f. VHA Senior Procurement Executive Approval (over $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition.//NOT APPLICABLE// FORMTEXT ?????JAN R. FRYEDATEDeputy Assistant SecretaryOffice of Acquisition and LogisticsSenior Procurement Executive (SPE) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download