Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
DOCUMENT

75 -- Cleo Streem/Xerox DocShare - Justification and Approval (J&A)

Notice Date
10/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26210RI0592
 
Response Due
9/28/2010
 
Archive Date
10/28/2010
 
Point of Contact
Dedra Booth
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Award Number
VA600-A00479
 
Award Date
9/24/2010
 
Description
DEPARTMENT OF VETERANS AFFAIRS VISN 22 NETWORK CONTRACTING ACTIVITY JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FAR 6.302-1, 41 U.S.C. 253 (c) (1), FAR 8.402(f), 8.405-6(b)(1) 1. Agency and Contracting Activity Identification: The VISN 22 Network Contracting Activity, 5901 E. 7th Street, Long Beach, California, as directed by the VA Long Beach Healthcare System (VALBHS) will establish a Delivery Order that requires justification for other than full and open competition. In accordance with FAR 8.405-6(b)(1), FAR 8.402(f), and FAR 6.302-1 we seek to use limited sources on GSA and sole source open market items to create a Delivery Order. 2. Nature of Acquisition Being Approved: The awarded contractor is to provide VISN 22, with Streem Center System / Xerox DocShare equipment, software, installation, training, and technical support. The proposed procurement shall be a Delivery Order through the FSS vendor. The estimated cost for FSS is, for items listed under the FSS schedule and open market. The estimated cost is $150,282.59. 3. Description of Requirement: VA Long Beach Healthcare System is requesting sole source procurement from Xerox / Cleo Streem Communications. The seventy-five percent of the procurement can be purchased through the mandatory FSS schedule and the other twenty-five percent shall require an open market purchase. The estimated cost for equipment, software, installation, training technical support, and travel expenses is $150,282.59. FSS: $96006.34, and Open Market: $54276.25. 4. Statutory Authority Permitting Other Than Full and Open Competition: This request is pursuant to the authority of FAR Part 8.405-6(b)1, FAR Part 8.402(f), and FAR Part 6.302-1(a). 5. The Nature of the Acquisition Requires Use of the Authority Cited: a.In accordance to FAR Part 8.405-6(b) 1, the use of limited sources procedures for FSS schedules may be used when only once source is capable of responding due to the unique or specialized nature of the requirement. Cleo\Streem Communications is a GSA small business that is affiliated with Xerox under a 'Contractor Team Agreement' (attached) to provide an integrated solution for Prosthetics. No other vendor known can provide this solution as a GSA contract procurement. Cleo/Streem does not have a business partner relationship with any other office equipment manufacturer. In addition, the Cleo/Streem solution is becoming the VA standard for Prosthetics, having been implemented at VISNs 7,8,9 and 11, and with VISN 19 among others also considering. The DocShare server is the place of storage for documents filed by the Cleo\Streem. As it happens, this is also a Xerox product, one that has been used in the VISN for a number of years. The use of this system for storage in the integrated solution has several benefits, including unifying servicing under one vendor that understands both the server and the Cleo/Streem applications. In addition, the VA is spared the cost of provisioning another storage system with the cost of the hardware, software; and the documents from the Cleo/Streem system stored on the Docushare server can be integrated into the existing backup strategy for Docushare. The efficiency and cost savings are calculated by comparing the current manual process utilized in Prosthetics with the automation provided by the solution. For example the average time to print and fax an order is reduced from about 3 minutes manually to about 1 minute from the desktop. The time to file an order is reduced from an average of 5 minutes to well under a minute. The time for pulling files for follow up calls is reduced to under a minute. Prosthetics processes an average of 9,400 orders a month and the potential savings in staff time alone (at avg $18.50/hr salary and benefits), is close to $40,000 month and improvement for customer service via faster response, reduced errors, etc, and also other intangible benefits. b.Under 8.402(f), an ordering activity for convenience, may add items not on the Federal Supply Schedule to a BPA based off of an FSS contract under certain conditions. 1) The add-on must comply with all publicizing and competition requirements of the FAR, including FAR part 5, 6, 12, 13, 14, and 15. In the interest of convenience these items should be added to this BPA pursuant to 8.402(f) and for the reasons stated below. c.FAR Part 6.302-1(a) allows for the procurement of items through other than full and open competition; applicable when the agency's minimum needs may only be satisfied by a supply or service that is unique and available from only one responsible source. Due to the nature of this acquisition, Xerox is the only contractor that can provide the above aforementioned items. For the VA to use any other item in conjunction with this FSS purchase, numerous operability issues shall arise and would also conflict with current standardization policies. For successful implementation and to avoid voiding warranties, it is necessary that we go with these Xerox items that are only available from this contractor. Thus these open market items shall be procured under other than full and open competition. 6. A Description of Efforts Made to Ensure That Offers From as Many Potential Sources As Practicable and Whether a Notice Will Be Publicized. See number 5 above. 7. Anticipated Cost: The anticipated cost is fair and reasonable based on their GSA contract and historical contract data. 8. Results of Market Survey: No market research was conducted. See Items 5 above. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition: None. See Items 5 above. 10. Any Other Interested Sources? None. 11. A Statement of the Actions, if any, the Agency May Take To Remove of Overcome Any Barriers to Competition Before Any Subsequent Acquisition is required: Any subsequent solicitation will be issued on a competitive basis because it is anticipated that enough time will be allowed for the Government to accommodate the entire procurement process. 12. I hereby certify that the above is accurate and complete to the best of my knowledge and belief. Dedra Booth Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26210RI0592/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA-262-10-RI-0592 VA-262-10-RI-0592_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=159897&FileName=VA-262-10-RI-0592-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=159897&FileName=VA-262-10-RI-0592-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02307558-W 20101009/101007233845-4783ea5b05ab5512f5f593e64a67faaf (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.