The VISN 10 Network Contracting Office (NCO), Louis Stokes Cleveland VA Medical, Cleveland, Ohio intends to negotiate a sole source contract with Aesynt Inc. This is for the acquisition of 4 EA IVX WORKFLOW Systems for use in the Louis Stokes Cleveland VA Medical Center. The North American Industry Classification System Code (NAICS) is 325412. The Government believes thatv, Inc. is the only provider that can satisfy the requirements of the agency. Therefore, the Government intends to proceed with a sole source for the required equipment. This procurement is being conducted in accordance with FAR 6.302 only one responsible source and no other vendor will satisfy agency requirements and Authorized or Required by Statute (FAR 6.302-5) (6) Sole source awards under the Veterans Benefits Act of 2003 (15 U.S.C. 657f). To the best of our knowledge, Aesynt Inc. is the only source that can provide the above indicated equipment. This notice of intent is not a request for competitive quotes. No solicitation document is available; however, any firm that believes it can meet these requirements may give written notification to the Contracting Officer within three (3) business days from the date of publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Information can be sent to the Contracting Officer via email at
[email protected]. Responses received will be evaluated however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, on or before COB 17 May 2019, the VA will proceed with the sole source award to Aesynt Inc. for the Louis Stokes Cleveland VA Medical Center. Please see the below Limited Sources Justification for the complete description of the requirement. THIS SYNOPSIS DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SYNOPSIS. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: VA250-19-AP-3279 Contracting Activity: Department of Veterans Affairs, VISN 10, Network Contracting Office (NCO) 10, Louis Stokes Cleveland VA Medical Center 541-19-3-250-0263 Nature and/or Description of the Action Being Processed: The requirement is proprietary in nature. Omnicell lVX Workflow incorporates integrated barcode scanning, gravimetric or volumetric verification, advanced image recognition, photo documentation, and label printing into an all-in-one package designed for safe, accurate, and streamlined IV sterile compounding, verification, and documentation. Changes to USP 797 and USP 800 have brought many difficult tasks to sterile compounding, hazardous compounding, and non-hazardous compounding. Implementation of Omnicell IVX will help to better comply and set up best practices recommendation with gravimetric verification of compounded IV s. FAR13.5 Simplified Procedures for Certain Commercial Items: This procurement is for Omnicell lVX Workflow package 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: Pharmacy Service at the Louis Stokes Cleveland VA Medical Center is requesting the Omnicell IVX Workflow package for use in the Inpatient Pharmacy IV rooms. Omnicell IVX Workflow is an innovative sterile compounding solution that safely and consistently guides pharmacy technicians step-by-step through the IV compounding process. Statutory Authority Permitting Other than Full and Open Competition: 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): Based on the requirements of the Cleveland VAMC and the fact that the impending procurement of items described above must be designed to be compatible for use with the existing interface and Omnicell Automated Medication Management Systems (OAMMS) equipment installed at the Cleveland VAMC, Aesynt is a suitable sole source vendor for this requirement. The cost involved in achieving compatibility with another manufacturer would exceed the technical personnel resources available and create substantial duplication of cost to the Government not expected to be recovered through competition. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: The Requesting Service will continue working with the Cleveland VAMC in conducting Market Research for similar technology. The technical experts in the Program Office determined no other equipment will meet the requirement. A search of Vetbiz using NAICS Code 423450, keyword Omnicell revealed zero SDVOSB/VOSB concerns. Additional market research did not provide a reasonable expectation of receiving two or more offers/quotes from capable and verified VOSBs. A catalog review of VA Advantage, NAC, SAC, MSPV-NG and NX Equipment Catalog listings resulted in zero schedule contracts. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost to the Government is in line with the IGE and market research. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Product catalogs online of open market products, GSA, NAC, the National Strategic Sourcing Sharepoint, and Vetbiz were reviewed. Product research determined that there were no other manufacturer or distributor can currently meet the government needs. Any Other Facts Supporting the Use of Other than Full and Open Competition: None Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Aesynt Incorporated DUNS: 607841608 CAGE Code: 1F1E9 500 Cranberry Woods Dr Ste 400 Cranberry Township, PA, 16066-5224 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 contracting office along with the medical facility will continue to conduct market research to determine if any new equipment, distributors, or competitors enter the market. 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 and belief. _____________________________ ________________________ Tim Heimann Date Chief, Pharmacy Service Louis Stokes Cleveland VA Medical Center Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ Christopher A. Callihan Contracting Officer Network Contracting Office (NCO) 10 One Level Above the Contracting Officer (Required over SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____________________________ Adam P. Weber Branch Chief Supply Team #1 (Ohio) NCO 10
Bid Protests Not Available