6515--Procurement of the VYNTUS One PFT System
VHAPG Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT Effective Date: 02/01/2022 Page 1 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405... VHAPG Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT Effective Date: 02/01/2022 Page 1 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 544-23-1-125-0014_____________ (1) Contracting Activity: Department of Veterans Affairs, VISN 7 Contracting Office in support of Columbia VA Healthcare System at 6439 Garners Ferry Road, Columbia, SC 29209. Funding request 544-23-1-126-0014. (2) Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). Order against: FSS Contract Number: 36F79720D0041 Name of Proposed Contractor: TrillaMed Street Address: 30100 Telegraph Road, Suite 366 City, State, Zip: Bingham Farms, MI 48025 Phone: 866-341-5694 (3) Description of Supplies or Services: The estimated value of the proposed action is $ 332,315.97 Columbia VA Healthcare System is requesting to procure the VYNTUS One PFT System for Medicine Service in Cardiology. The equipment will be used to conduct pulmonary function testing for our Veteran patients. The system consists of the VYNTUS One Complete and VYNTUS One PFT. This system is proprietary to VYAIRE Medical and they are the only authorized distributor is TrillaMed, which is a verified service-disabled Veteran-owned small business. Quoted equipment includes equipment with one-year warranty, licensing upgrade, onsite training, and 4-yr premium protection. This is a new equipment purchase, so there are no option years associated with the requirement. If a maintenance contract is required after the first year, Biomed would submit a package for that service. (4) Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): 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; FAR 8.405-6(a)(1)(C): 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. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: The technology necessary to manufacture the VYNTUS One System is trade secret, only available to the OEM. This trade information is to remain secret for the life of the device. As such only one such awardee is capable of providing the equipment and associated software, other than the sole SDVOSB authorized distributor. Because this is a one-time acquisition, it is expected to go through OEM at no additional cost to open competition. 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. We have already upgraded all PFT systems to the VYNTUS One, with the exception of 2 remaining pieces of older equipment, which have already exceeded their lifecycle replacement date. (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: This procurement is for the replacement of the equipment currently being used. VYNTUS is compatible with equipment already being used in the clinical setting. We already utilize the VYNTUS One system in Medicine service, and we have 2 systems that are not VYNTUS (they are V-Macs) which is what s being replaced. We want to ensure we standardize the equipment across the service line to match what is also currently being used at the CBOCs for the same testing. This represents the best value to eliminate variation in the equipment being used, negate the need for clinical staff to be trained on different equipment for the same function and any inconsistencies in the results obtained for pulmonary function testing. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Extensive market research was not conducted, as the equipment being requested is proprietary and there is only one authorized distributor who has been verified as an SDVOSB. (7) Any Other Facts Supporting the Justification: Columbia VA Healthcare System does have past history of conducting business with TrillaMed for several other types of medical equipment. There are no known documented issues with past performance. Attempt to standardize across the clinical footprint for consistency in patient results for pulmonary function testing. There is no history of equipment malfunctions for the VYNTUS currently being utilized in other areas. Standardizing the equipment eliminates the requirement for clinical staff to be trained on multiple systems. Additionally, the VYNTUS One provides ease of use for patients who are independently mobile and those who are confined to a wheelchair, which is not a function of the current equipment being replaced at the station. (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: Not applicable (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.) ___ SIGNATURE DATE NAME TITLE SERVICE LINE/SECTION 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 (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _________________________ CONTRACTING OFFICER SIGNATURE /DATE _____________________________ _______________ NAME AND TITLE FACILITY/RPO-E b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. _____ SIGNATURE DATE _____________________ NAME RPO -E/NCO7 Branch Chief
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »