65--WAVEMARK CABINETS
VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attach... VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 1 of 4 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 OFOC SOP Revision 08 Page 1 of 1 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 1 of 4 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C250-19-AP-1297 Contracting Activity: Department of Veterans Affairs, VISN 10, Detroit Medical Center, 553-19-1- 063-0014. WaveMark RFID, barcoded solutions computing platform cabinets that are designed to track individual items by serial numbers and provide an error free solution to track implants. The WaveMark cabinets shall be in Surgery's Suite C4666. The assigned location is a tagging station and a point for user equipment. Nature and/or Description of the Action Being Processed: This is a new one-time purchase order. This will be a sole source, procurement with a firm fixed price for all items exhibited on quote # JDVlO 2934. FAR13.5 Simplified Procedures for Certain Commercial Items: This procurement is for WaveMark RFID, barcoded solutions computing platforms cabinets that are designed to track individual items by serial numbers and provide an error free solution to track implants in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies/Services Required to Meet the Agency's Needs: This procurement is for WaveMark RFID, barcoded solutions computing platforms cabinets that are designed to track individual items by serial numbers and provide an error free solution to track implants. Estimated delivery date: April 14, 2019. Statutory Authority Permitting Other than Full and Open Competition: (X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; (2) Unusual and Compelling Urgency per FAR 6.302-2; (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; (4) International Agreement per FAR 6.302-4 (5) Authorized or Required by Statute FAR 6.302-5; (6) National Security per FAR 6.302-6; (7) Public Interest per FAR 6.302-7; FAR13.5 Simplified Procedures for Certain Commercial Items: The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): WaveMark provides functionality that no other competitor has available now, that of traceability across departments, services and/or other VA facilities. WaveMark also has the automated transfer and notification when RAD tagged products move from one location to another. WaveMark supports a seamless manufacturer tagged item delivery to the facility from many suppliers and can interface between WaveMark, Cardinal, MSVP and VA information systems...including GIP, IFCAP, Patient File and Employee. Additionally, WaveMark is also automated for expirations and recall notifications. WaveMark has developed a relationship w/VA regarding RTIS contract that tracks facility items. Any other source would require a steep learning curve, labored establishment with internal supplies, reacquaintance with staff and unjustified association of government resources. This is a sole source justification reflecting the requirements cited in FAR 6.302-1, Only One Responsible Source. The proposed purchase of WaveMark cabinets will assist w/inventory tracking and control. Identical cabinets are currently in operation in this medical center. WaveMark uses RFID and barcode-enabled solutions as well as a robust cloud computing platform to help the hospital ensure patient safety, managers better control inventory, eliminate processes, reduce costs and streamline workflows. WaveMark is the only solution in the industry where items can come in pre-tagged by manufactures. WaveMark has the only open RFID shelving cabinets that meets these specific requirements. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Market research was conducted on the internet, GSA Advantage, NAC, etc. and this effort did not yield any additional sources that can thoroughly meet the Government's needs for this requirement. An Intent to Sole Source was posted to FBO with no responses. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The cost is determined to be fair and reasonable in comparison with past PO s for same/similar equipment. PO 553-A80196, total amount $318,339.00 (different quantities from current PO, but same or similar pricing on the line items that will be ordered on this contract). Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market Research was conducted through the internet (representing external resources). Other open market companies were checked such as Integrated Medical Divide Life Cycle Management and CoreRFlD Ltd. Both companies are proprietary and do not have the capability of the HF1500 CE or the compatibility for the distinct VA interface system. The government's technical experts have determined that only WaveMark cabinet's brand name sole source purchase can meet the VA's need. Any Other Facts Supporting the Use of Other than Full and Open Competition: N/A Listing of Sources that Expressed. in Writing, an Interest in the Acquisition: Cardinal Health, 3651 Birchwood Drive, Waukegan, IL 60085. 11. A Statement of the Actions. if any. the Agency May Take to Remove or Overcome any. Barriers to Competition before Making subsequent acquisitions for the supplies or services required: The government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »