Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
DOCUMENT

J -- GE C-Arm and Mammography Maintenance - CI Base Year: 12/15/2017 to 12/14/2018 +4 - Attachment

Notice Date
12/18/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
36C26318Q0182
 
Archive Date
12/28/2017
 
Point of Contact
Travis Johnson
 
Small Business Set-Aside
N/A
 
Award Number
VA797H-17-D-0024 36C26318N0132
 
Award Date
12/18/2017
 
Awardee
GENERAL ELECTRIC COMPANY;3000 N GRANDVIEW BLVD W-443;WAUKESHA;WI;53188
 
Award Amount
$78,804.00
 
Description
Page 1 of 3 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID:__VA263-17-AP-12989______ Contracting Activity: Department of Veterans Affairs, Network Contracting Office 23, Service Team, 2501 W 22nd Street, Sioux Falls, SD 57105, Purchase Request 636-18-1-3278-0002 Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). Nature: New Requirement Follow-on Order Mod to Existing Order Number Order against: FSS Contract Number: __V797P-2095D____________________ Name of Proposed Contractor: GE Healthcare Street Address: 3000 N Grandview BLVD W-443 City, State, Zip: Waukesha, WI 53188 Phone:           Description of Supplies or Services: The estimated value of the proposed action is $ The contractor shall provide repair and preventive maintenance services to support the GE OEC C-Arms and GE Senographe mammography units used in the OR and Radiology departments at the VA Central Iowa Health Care System (VACIHCS) in Des Moines, IA. The C-Arm and Mammography units are used by physicians to obtain real-time images for patient care and diagnoses in support of the VA Mission and facility objectives. The contractor shall comply with all applicable Federal Acquisition Regulations and VA Acquisition Regulations. Equipment Description System ID GE CR Senographe Essential FFDM 515699VAES GE XR OEC Series 9900 Elite E2-3802 GE XR OEC Series 9900 Elite OECE20657 5. IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; GE Healthcare Field Service Engineers (FSE) are factory trained and are the most familiar with the system to troubleshoot, order correct parts, replace parts, and have access to proprietary software. OEM parts must be used on this vital equipment. No other contractors are able to provide the services required by VA due to proprietary equipment and software keys. In the interest of economy and efficiency, 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. Items peculiar to one manufacturer: 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.) These are direct replacements parts/components for existing equipment. 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. 6. DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: NAC has Determined the price to be fair and reasonable IAW FAR 8.404(d) 7. DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Vetbiz.gov has been check with no SDVOSB or VOSB Vendors able to perform the services needed. Searched SBA with no possible vendors as well. No vendors other than GE Healthcare were found to have the proprietary software and knowledge to safely service the GE CR Senographe Essential FFDM and the 2 GE XR OEC Series 9900 Elites, or have been certified by GE to service the machines. 8. ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: This equipment is highly sensitive and specialized and any malfunction can cause patient misdiagnoses causing improper treatment or no treatment. The manufacturer holds parts and service information as proprietary, and there are no third-party service providers available to provide full preventive maintenance and emergency repair coverage. The use of reverse engineering or refurbished parts is unacceptable and places patients at risk. Only Original Equipment Manufacturer (OEM) parts may be used. If service were to be performed by a third party, the Government will assume all liability for incidents and accidents related to equipment malfunctions. 9. 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: At this time, there are no actions that can be taken to remove or overcome barriers to competition. Future acquisitions will consider proprietary data and equipment considerations. 10. 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.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/Awards/VA797H-17-D-0024 36C26318N0132.html)
 
Document(s)
Attachment
 
File Name: VA797H-17-D-0024 36C26318N0132 VA797H-17-D-0024 36C26318N0132_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3971864&FileName=VA797H-17-D-0024-037.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3971864&FileName=VA797H-17-D-0024-037.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04769419-W 20171220/171218230834-6b736a8f2351858a0882458640234cd4 (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.