Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

J -- Service Support and Licenses for DI Middleware Systems: Data Innovations, LLC (OEM) Base Year + 4 Option Years Commence 4/1/2018 - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Solicitation Number
36C26318Q0294
 
Archive Date
4/20/2018
 
Point of Contact
Angela Beck
 
Small Business Set-Aside
Total Small Business
 
Award Number
GS-35F-389DA
 
Award Date
3/21/2018
 
Description
LIMITED SOURCES JUSTIFICATION FAR PART 8.405-6 Acquisition Plan Action ID:__ VA263-18-AP-2855 VISN 23 DATA Innovations license renewal and support.__ Contracting Activity: Department of Veterans Affairs, VISN 23, Multiple Medical Centers Transaction number 618-18-3-6065-0030, for Data Innovations laboratory analyzer VISTA interface and middleware support. 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). All facilites in VISN 23 utilize Data Innovations middleware for the process of getting the clinical laboratory analyzer results into the VISTA CPRS patient record system. In order to utilize this product the license for the proprietary middleware must be renewed annually and support is required by the laboratory staff to assure performance and steady flow of patient lab results to our health record system. It is critical to patient care that these results are timely and accurate. These needs are supplied under the national small business GSA, FSS contract GS-35F389DA contract period June 29, 2016 June 28, 2021 Order against: FSS Contract Number: ___GS-35F389DA_____________ Name of Proposed Contractor: Data Innovations, LLC Street Address: 120 Kimball Ave.; Ste. #100 City, State, Zip: South Burlington, VT 05403-6837 Description of Supplies or Services: Description Period of performance DI license renewal and software support Fargo 4/1/18 3/31/19 DI license renewal and software support Sioux Falls 4/1/18 3/31/19 DI license renewal and software support NWI 4/1/18 3/31/19 DI license renewal and software support Central Iowa 4/1/18 3/31/19 DI license renewal and software support Iowa City 4/1/18 3/31/19 DI license renewal and software support Iowa City Test System 4/1/18 3/31/19 DI license renewal and software support St. Cloud 4/1/18 3/31/19 561 (4) 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. (CHECK ALL THAT APPLY AND COMPLETE) 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; Because Data Innovations is supplying license renewal as well as software support for the proprietary software that they have developed, they are the only responsible source for the commodities required. No other sources for these things are available on the market. 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. (5) 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: Due to the proprietary and highly complex nature of these systems the only known source is from the manufacture themselves. The national FSS contract vehicle has been developed to supply both license renewal and software support. This is the only reasonable means of support at this time. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: These systems are a major integration between multiple manufacturers of laboratory analyzers and the VA s proprietary VISTA CPRS records system. This is a very highly specialized field that has taken many years to development. If another source was sought, conversion of the systems would require replacement of not only software, but interfacing hardware. The long term development is also something that VA cannot withstand. The costs of this monetarily as well as delay time in delivery of a solution would be much larger than any savings in competition could offer. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None (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: As equipment life cycle replacement and refreshes happen, alternate methods of interfacing can and will be explored. Additionally, VISTA CPRS systems are reportedly being replaced and thus changing the entire patient record system interface entirely. New and different products to assure patient labs results are properly stored will absolutely be utilized in the future. (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.) _____ 1/4/2018 SIGNATURE DATE Michael C. Johnson Biomedical Engineer Healthcare Technology Management NAME TITLE SERVICE LINE/SECTION VISN 23 FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. CONTRACTING OFFICER S CERTIFICATION: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____ CONTRACTING OFFICER DATE ______________________________ Angela Beck, Contracting Officer NCO 23, Black Hills
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/36C26318Q0294/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q0294 36C26318Q0294.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4134761&FileName=36C26318Q0294-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4134761&FileName=36C26318Q0294-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04845333-W 20180309/180307231055-966fd0e4b25878697dec5f7adbca91e7 (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.