Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
AWARD

65 -- Award Notice - Posting of J&A

Notice Date
2/12/2014
 
Notice Type
Award Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Archive Date
2/28/2014
 
Point of Contact
Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N6264514P2009
 
Award Date
1/14/2014
 
Awardee
Parata Systems LLC
 
Award Amount
$210,000.00
 
Description
JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY: This justification is executed by the Naval Medical Logistics Command, Fort Detrick, MD to meet the requirements of Naval Hospital Camp Lejeune. 2. NATURE/DESCRIPTION OF CONTRACT ACTION: The requirement is for automation systems, medication dispensing, clinical pharmacy for Naval Hospital Camp Lejeune. The Government intends on awarding a Firm Fixed Price contract. The proposed source is Parata Systems, LLC 2600 Meridian Parkway, Durham, NC, 27713-2203. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: Naval Hospital Camp Lejeune has a requirement for a lease of five (5) automation systems, medication dispensing, clinical pharmacy [18-172] for nine (9) months. The systems shall be capable of preparation and dispensing of medications. The system shall be able to fill, cap, sort, store, and dispense prescriptions. The system shall be able to print labels and affix them to the prescriptions. The system shall be capable of sending status messages to a secondary computer. These status messages shall include fill requests, cancel requests, script queued, script added, script completed, script incomplete, and script pick up messages. The system shall have an uninterruptible power supply (UPS). The system shall have a high efficiency particulate absorption (HEPA) filter and fan for maintaining the proper air conditions within the device. The system shall be compatible with the installed base of pharmacy workstations at Naval Hospital Camp Lejeune. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The systems shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. Upon pickup, the vendor shall be responsible for crating the unit/system, transporting it through the facility, and removing all trash created in the process. 4. IDENTIFICATION OF THE STATUTORY EXCEPTIONS PERMITTING OTHER THAN FULL AND OPEN COMPETITION: The statutory exception permitting other than full and open competition for this acquisition is 10 USC 2304(c)(1) and FAR 13.501(a), Only One Responsible Source. 5. DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED: Parata Systems, LLC is the only vendor that can provide clinical pharmacy medication dispensing automation systems that meet the requirements of government. There are no other manufacturers that can provide automation systems, medication dispensing, clinical pharmacy that meet the requirements. Only systems from Parata are capable of interfacing with the installed base of workstations at NH Camp Lejeune. If pharmacy automation systems from another manufacturer were acquired, the units would not be capable of dispensing medications, slowing the efficiency of the pharmacy, and therefore decreasing the standard of patient care. The short-term lease is a result of a temporary move of the department into a temporary structure/location, while the current pharmacy in undergoing construction. The current staff is already trained on the current system and it would be improvident to train the staff on a new, temporary system. The current pharmacy robotic systems are past their serviceable lifespan and the relocation of these systems may result in irreparable damage. After the lease has ended, the full requirement will be competed and the requirement at that time will include new workstations as part of the system. Parata Systems, LLC is the only vendor that can meet the requirements of the government. 6. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS PRACTICABLE: Market research was performed, the results of which are in paragraph 8. This requirement will be posted to NECO and/or FedBizOpps in accordance with FAR 5.202. The government will evaluate any responses received. 7. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE: The Contracting Officer shall determine the anticipated cost to the Government of the supplies/services covered by this Justification and Approval will be fair and reasonable by conducting a price analysis before an award is made. In addition, the government anticipates that the negotiated contract price will reflect a discount from the vendor's commercial price list and will be determined fair and reasonable. 8. DESCRIPTION OF THE MARKET SURVEY CONDUCTED AND THE RESULTS, OR STATEMENT OF THE REASONS A MARKET SURVEY WAS NOT CONDUCTED: Market research was conducted in December 2013. It included a search of the Internet using Google, Bing, GSA Advantage, and the ECRI Sourcebook. Vendors which can provide pharmacy automation systems include Omnicell, AmerisourceBergen, ScriptPro, Innovations, and Parata. However, Omnicell, Amerisource, ScriptPro, and Innovations are not compatible with the installed base of workstations at Naval Hospital Camp Lejeune. Lease of a different vendor's system would require inclusion of new workstations that would result in duplicative costs to the government. Parata Systems, LLC is the only vendor that can meet the requirements of the government. 9. OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION: None 10. LISTING OF SOURCES, IF ANY, WHICH EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION: To date, no other sources have written to express an interest. This requirement will be posted on FedBizOpps in accordance with FAR 5.202. Any sources expressing interest in response to the synopsis will receive consideration. 11. STATEMENT OF ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQUIRED: Future requirements will be synopsized in accordance with FAR 5.203. For the reasons set forth in Paragraph 5, Naval Medical Logistics Command has no plans at this time to compete future contracts for the types of supplies/services covered by this document. If another potential source emerges, Naval Medical Logistics Command will assess whether competition for future requirements is feasible. However, there is constant attention to the market to insure that shall technology change, the source selection is reconsidered. U.S. Navy Subject Matter Experts are required to take into consideration the impact on the installed base of equipment when source selection occurs. All necessary components of integrated logistics support are taken into consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/Awards/N6264514P2009.html)
 
Record
SN03287414-W 20140214/140212234444-e40fac8cbb51a3ec24cae38ca05ac75b (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  © 1994-2020, Loren Data Corp.