SOLICITATION NOTICE
J -- INTENT TO SINGLE SOURCE: SCRUBEX INSTALL AND TRAINING PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
- Notice Date
- 6/6/2025 11:38:33 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0409
- Response Due
- 6/13/2025 1:30:00 PM
- Archive Date
- 08/12/2025
- Point of Contact
- Juliette Buchanan, Contract Specialist, Phone: 401-273-7100
- E-Mail Address
-
Juliette.Buchanan@va.gov
(Juliette.Buchanan@va.gov)
- Awardee
- null
- Description
- Page 5 of 5 Page 1 of 3 Page 1 of INTENT TO SINGLE SOURCE: SCRUBEX SERVICE ITEMS #SE-2801, SE-2802, SE-2808 PRE- INTSTALLATION, INSTALLATION, START-UP, TRAINING AND CUSTOMER SERVER UPDATE THIS IS NOTICE OF INTENT TO SOLE SOURCE SCRUBEX SERVICE ITEMS #SE-2801, SE-2802, SE-2808 PRE- INTSTALLATION, INSTALLATION, START-UP, TRAINING AND CUSTOMER SERVER UPDATE: VAMC PROVIDENCE, RI. INTENT TO SINGLE SOURCE FOR PURCHASE REQUISITION: This is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available, and telephone requests will not be honored. The Department of Veterans Affairs VA Medical Center intends to award a one-time, Firm Fixed Price, Sole Source contract for the Srubex services #SE-2801, SE-2802, and SE-2808. Technology, knowledge, technical expertise, and servicing capabilities for Scrubex equipment are proprietary and peculiar to IPA. Government distribution for the required service is only available through: L1 Enterprises, the SD/VOSB Distributor for the specific services being procured. A Single Source Letter has been provided by the OEM describing the proprietary nature of Scrubex, establishing this product as being peculiar to the OEM and that the only OEM authorized government Distributor is L1 Enterprises. No other vendors in any class aside from the OEM are authorized to distribute these services to the government. The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901. This statute is implemented by restricting competition for this procurement via FAR 19.1406. The intent is to procure these services on a single source basis. No solicitation will be posted to Contract Opportunities. The primary North American Classification System Code (NAICS) is 811210: Electronic and Precision Equipment Repair and Maintenance. The most current Business Size Rating for this NAICS is $34 Million. Capable parties may identify their interests and authorization to respond to this requirement by June 13th, 2025, at 16:30 (EDT). A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Contracting Officer. STATEMENT OF WORK (SOW)-SCRUB MACHINES SERVICES Summary: SCRUBEX PRE-INSTALLATION, INSTALLATION, START-UP, TRAINING AND CUSTOMER SERVER UPDATES Scope: The VA Providence Healthcare System intends to solicit and award a contract to provide Pre-Installation, Installation, Start-Up, and Training for Quantity 2: SE-23003, Scrubex(R) MV Scrub Dispenser/Receiver (S/N 16950, 16972,15269) Quantity 1: Customer Servicer Updates The above equipment has been shipped and delivered to the VA Providence Healthcare System located at 830 Chalkstone Avenue. At this time, the Clean Core Activation schedule will allow the installation of two units. Services shall be in accordance with the terms, conditions, provisions and schedule of the contract. Services shall be for the period of May 19, 2025, through September 30, 2025. Specific Tasks-Deliverable Product: Contractor shall provide all labor, materials, equipment, transportation, lodging and supervision necessary to perform Pre-Installation, Installation, Start-Up, and Training for the following located at VA Providence Healthcare System, 830 Chalkstone Avenue, Providence, RI. Quantity 2: SE-23003, Scrubex(R) MV Scrub Dispenser/Receiver (S/N 16950, 16972, 15269) Quantity 1: SE-2808, Customer Servicer Updates Services Performance Plan: Units Description Frequency S/N 16950 Initial Equipment Pre-Installation, Installation, Start-Up, Training Initial Setup S/N 16972 Initial Equipment Pre-Installation, Installation, Start-Up, Training Initial Setup S/N 15269 Initial Equipment Pre-Installation, Installation, Start-Up, Training Initial Setup SE-2808 Customer Server Update Initial Setup Hours of Operation: All work for this contract is to be done during normal business hours. Performance Monitoring: Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the performance monitoring of this contract. Direct Observation-(Can be performed periodically or through 100% surveillance). Periodic Inspection-(Evaluates outcomes on a periodic basis. Inspections may be scheduled (Daily, Weekly, Monthly, Quarterly, or annually) or unscheduled, as required. a. ACCEPTABLE PERFORMANCE: The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE: When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. Security Requirements: Vendor will not have access to VA Sensitive Information, patient records, or data. For repairs or services performed during normal work hours, 7:00 a.m. to 4:00 p.m. at the VA Providence Healthcare System, contractor s repairman shall report to the Security Office located at the entrance of the Medical Center. Contractors shall sign-in and obtain a badge and return the badge at the end of the day. After all work is complete, the contractor s repairman shall again report in person to the room listed above, submit a written service report outlining the services performed and completed to include location and parts used. For services performed outside normal working hours, the contractor s repairman should report to the Security Office at VA Providence Healthcare System. After all work is complete the contractor s repairman shall again report to the Security Office where the repairman shall submit the report required above. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Solicitation to provide all labor, material, equipment, transportation, lodging and supervision necessary to perform Pre-Installation, Installation, Start-Up, and Training for the following equipment located at VA Providence Healthcare System, located at 830 Chalkstone Avenue: Quantity 2: SE-23003, Scrubex(R) MV Scrub Dispenser/Receiver (S/N 16950, 16972, 15269) Quantity 1: SE-2808, Customer Service Updates The VA Providence Healthcare System will purchase necessary parts for the Pre-Installation, Installation, Start-Up, and Training for two Scrub Machines, which have been shipped and delivered. The VA Providence Healthcare System will not furnish the test equipment. It is the responsibility of the contractor to bring the appropriate test equipment; and/or supplies necessary for the test equipment to complete the work as required within. Other Pertinent Information or Special Considerations. All work shall be performed by personnel qualified to work on the specific equipment. All work performed shall be compliant with AAMI and CMS guidelines and shall be designed to assure the VA Providence Healthcare System is providing the best scrub dispensaries to employees. Place of Performance: The Department of Veterans Affairs Providence Healthcare System, 830 Chalkstone Avenue, Providence, Rhode Island 02908. The two Scrub Machines are in the Medical Center. Period of Performance: Base Year: May 19, 2025, through September 30, 2025 Option Year 1: __________-_____________ Option Year 2: ___________-_____________ Option Year 3: __________-______________ Option Year 4: __________- ______________ DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C241-25-AP-3409 Contracting Activity: Department of Veterans Affairs, Network/Program Contracting Office 01, in support of VISN 1 VA Health Care System at VA Providence Medical Center, 830 Chalkstone Avenue, Providence, Rhode Island. Funding document: 650-25-3-7821-0087 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The VA Providence Healthcare System has initiated the procurement process to acquire services for the pre-installation, installation, start-up, and training of Scrubex medical equipment. Specifically, SE-20003, Scrubex(R) Lv Scrub Dispenser (S/N 16254), SE-20093, Scrubex(R) Lv Scrub Remote Rec (S/N 16525), SE-23003, Scrubex(R) MV Scrub Dispenser/Receiver (S/N 16950, 16972, 15269), and SE-1150-SC, Web-Based Management Software. The above equipment has been shipped and delivered to the VA Providence Healthcare System located at 830 Chalkstone Avenue in August 2021. At this time, the Clean Core Activation schedule will allow the installation of the following units: Quantity 2: SE-23003, ScrubEx (R) MV Scrub Dispenser/Receiver (S/N 16950,16972,15269). Pre-Installation, Installation, Start-Up, and Training Quantity 1: Customer Server Updates The estimated value of the proposed action is $12,921.16 Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Scrubex equipment is designed to provide a secure, efficient, and proactive approach to surgical scrub management. Its unique characteristics include: a customizable, automated solution that provides real-time inventory management, secure access, and fast dispensing of surgical scrubs. The Install/Upgrade services are required to ensure all systems and equipment are fully functional and compatible. The Scrubex services will ensure the fit, form, and function of Scrubex systems and equipment already in place at the Providence, RI VAMC. L1 Enterprises has been designated by the OEM to perform these Scrubex services due to the unique nature of the equipment and the requirement for OEM-specialized training and certification. Description of market research conducted and results or statement why it was not conducted: Market Research was conducted at SAC, NAC, GSA and FPDS via their respective websites. Other Government and commercial databases were also reviewed, including the SCMC, ADDS UP, and NASA SEWP. These databases were searched extensively. An Initial market research survey was sent to the OEM: IPA to gather information regarding distribution channels, peculiar and unique capabilities, and lead time. The OEM has provided a single source letter designating L1 Enterprises as the single government distributor for the requested services. FAR 8.002 The requested sevices are not available via any mandatory sources, Ability One or FPI (Federal Prison Industries). There is no SAC contract for the required Scrubex services. VAAR 813.003-70(c) The Rule of Two (2) for VFCP class vendors cannot be met; there is only one (1) capable and responsible SDVOSB distributor in the government market, L1 Enterprises. VFCP can be applied only as a single source to a SD/VOSB per VAAR 819-7007. SD/VOSB preference is being applied to the maximum extent possible via a VAAR 819.7007 single source.The market research supports that the requested Scrubex services are limited to the OEM: IPA and its SD/VOSB government distributor, L1 Enterprises. L1 Enterprises does not have the requested services available via its FSS contract and must be obtained through an open market procurement. 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 S19 Open Market (FAR13) Award Documentation Form with Abstract to document price reasonableness. ____________________________ ________________________ Name Date
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81a4e8355d5d40459e7652d695f89da3/view)
- Place of Performance
- Address: US Department of Veterans Affairs VAMC Providence 830 Chalkstone Avenue, Providence 02908-4734, USA
- Zip Code: 02908-4734
- Country: USA
- Zip Code: 02908-4734
- Record
- SN07468856-F 20250608/250606230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |