Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
DOCUMENT

66 -- Digital Pathology Analysis Software - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0577
 
Archive Date
9/30/2017
 
Point of Contact
Jared Zinsmeister
 
Small Business Set-Aside
N/A
 
Description
Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 4: Single Source Justification for SAP under $150K OFOC SOP Revision 05 Page 2 of 2 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. ACQUISITION PLAN ACTION ID: VA260-17-AP-7172 1A. PROJECT/TASK No. N/A 1B. ESTIMATED AMOUNT: $98,346.20 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: The Puget Sound VA has a requirement for a Digital Pathology Analysis Software. This software is required due to the VISN20 MIRECC being congressionally-mandated to investigate post-traumatic stress disorder (PTSD) and its complex comorbidities to include traumatic brain injury (TBI). These two complex brain disorders require the examination of brain tissue in order to identify and understand sources of dysfunction that underlie these afflictions. Due to the recent expansion of PTSD, TBI and related neurodegenerative disease research conducted at the VAPSHCS, VISN20 MIRECC requires a method of high-volume batch processing of de-identified clinical and animal research brain tissue (and other tissues) histology slides for documentation and subsequent analysis. This specific document reflects the analytical needs of the Government in this requirement. The Government requires the capacity to use editable, transparent and adaptive algorithms to qualify diagnostic conditions between study group tissues in order to reduce manpower needed to do such analyses, to improve the accuracy and speed of such analyses and to identify key parameters of determinant variances. Currently, the MIRECC, nor any other VAPSHCS resource, has the capacity or infrastructure to fill this critical gap. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The Visiopharm Biotopix plus TissuAlign is the only Digital Histology Analysis package offering Image Analysis and Stereology in one combined graphic user interface. The Patented Tissuealign module allows automated serial section co-registration with sub-cellular alignment. Visiopharm offers 6 unique Classifiers, 4 more than any competitor. Open architecture for the creation and modification of image analysis algorithms using higher language. Infinitely configurable toolbox with access to Pre-Processing features. Unlimited number of algorithms can be created with Visiopharm s perpetual license. Automated batch mode processing of a large variety of image file formats and all whole slide image formats from leading slide scanning manufacturers. Access to the APP Center containing over 100 APPs for fields on Neuroscience (with an emphasis on MIRECC biomarkers of interest), Angiogenesis, Metabolism, Respiratory, and Vascular (excludes diagnostic APPs). Tools for pattern recognition and colocalization. An advanced calculator tool within Oncotopix and Biotopix makes it possible to calculate and plot sample statistics across any level of the hierarchical database, maintains data integrity and links original data with statistical endpoints in one single software package. The ability to access, for a cost, the development of custom APPs for specific tissue, biomarker, and stains with a Visiopharm Image Analysis Expert (Professional Service Team) using OncotopixTM and BiotopixTM. Visiopharm A/S is the sole source provider of OncotopixTM, BiotopixTM and Stereotopix software packages. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Extensive market research was conducted including. I searched GSA eLibrary using SIN code 621-200 (Anatomic Pathology) which resulted in ten small business vendors, however, zero SDVOSB s or VOSB were populated. I then searched VIP using NAICS code 334516 with key words histology and pathology separately. Neither searches resulted in results for SDVOSB s. I then conducted a request for information posted to FBO from 08/01/17 to 08/09/17 to discover if any SDVOSB s, VOSB s or other vendors that may not have been discovered could satisfy this requirement. At the conclusion of the posting I received no responses from vendors of any size on this requirement. I then contacted the manufacture to see if they had any SDVOSB s, VOSB s or other businesses that were authorized distributors. They responded that they do not have any vendors who are authorized due to the level of support this requirement has. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Signature: ______________________________ Date:____________________ Name: Jared Zinsmeister Title: Contract Officer NCO:_20________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a266a5835f85975331a70d0614d611b6)
 
Document(s)
Attachment
 
File Name: VA260-17-P-2138 VA260-17-P-2138_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797364&FileName=-11773.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797364&FileName=-11773.docx

 
File Name: VA260-17-P-2138 Posting FBO Intent Sole Source.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797365&FileName=-11774.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797365&FileName=-11774.docx

 
File Name: VA260-17-P-2138 P03 JA Visiopharm.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797368&FileName=-11775.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797368&FileName=-11775.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04680453-W 20170917/170915231926-a266a5835f85975331a70d0614d611b6 (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.