Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
DOCUMENT

J -- Siemens Artiste Linear Accelerator Service 695 - Justification and Approval (J&A)

Notice Date
7/28/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D15Q0811
 
Archive Date
7/12/2015
 
Point of Contact
Lori Eastmead
 
E-Mail Address
EMAIL
(Lori.Eastmead@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
V797P6029B VA69D-15-J-3461
 
Award Date
7/2/2015
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 695-15-2-133-2428 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is 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: Siemens Medical Solutions USA, INC. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Siemens Medical Solutuions USA, INC. Manufacturer/Contractor POC & phone number: Brian Lawinger, 630-892-5256 Mfgr/Contractor Address: 2501 North Barrington Road, Hoffman Estates, IL 60192 Dealer/Rep address/phone number: Brian Lawinger, 630-892-5256 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Great Lakes Acquisition Center __ 115 South 84th Street, Suite101 _ Milwaukee WI 53214-1476 VISN:12 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: A new requirement for a base plus one option period, firm-fixed price task order against contract V797P-6029B for services and maintenance of the Siemens Artiste Linear Accelerator. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: The vendor shall provide service and preventative maintenance (scheduled and unscheduled emergency repair services) for the Siemens Artiste Linear Accelerator located at the Milwaukee VAMC. This coverage is to include waveguides, multi-leaf collimator, high vacuum components and the digital detector. The vendor shall also provide all software updates to maintain the system. (b)ESTIMATED DOLLAR VALUE: $273,327.00 (c)REQUIRED DELIVERY DATE: July 2, 2015 (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) 1Specific 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. Siemens does not train competitors or independent service organizations to work on their equipment. The linear accelerator equipment receives diagnostic software updates and upgrades of which is not available to any other vendor. 0A 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.) 0These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 0The 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. 0The 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. 0An 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: Siemens has provided a 29% discounted price below its regular open market pricing to the government. The pricing is under current NAC contract, delegation number V797P-6029B-V034. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Posted a sources sought notice to FBO from April 18, 2015 thru April 27, 2015. Upon closing, no responses were received. Conducted a search of Vetbiz and no matches were found. Conducted a Small Dynamic Business Search, the search revealed one profile. The vendors capabilities were for manufacturing and research and development and was not able to provide services for a linear accelerator. A search of GSA revealed no matches. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The Contracting Officer was not able to identify any other source that could provide this service. A sources sought notice did not reveal any vendors in the market place at this time capable of providing service to the Linear Accelerator equipment. (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: The only way to overcome restricted competition would be to purchase equipment from another source. (9) 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. 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.) SIGNATUREDATE NAMETITLESERVICE LINE/SECTION 695 FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER'S SIGNATUREDATE Ashley Johnson GLAC______________________________ NAME AND TITLEFACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE Christine Hansen NAME NCO/PCO 12 Director of Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D15Q0811/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA69D-15-Q-0811 VA69D-15-Q-0811_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2197710&FileName=VA69D-15-Q-0811-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2197710&FileName=VA69D-15-Q-0811-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03812667-W 20150730/150728235155-975c5ad80024cef7f91d6dca4325fb8d (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.