J065--MONITORING (LONEWORKER) SYSTEM

expired opportunity(Expired)
From: Federal Government(Federal)
36C25022F0688

Basic Details

started - 27 May, 2022 (23 months ago)

Start Date

27 May, 2022 (23 months ago)
due - 26 Jun, 2022 (22 months ago)

Due Date

26 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
36C25022F0688

Identifier

36C25022F0688
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102853)VETERANS AFFAIRS, DEPARTMENT OF (102853)250-NETWORK CONTRACT OFFICE 10 (36C250) (5654)
VETERANS AFFAIRS, DEPARTMENT OF

Supplier

SOLOPROTECT US, LLC (COPPELL, TX) Awarded: May 25, 2022Contract Value : $610,380.00
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Original Date: 08/30/2017 Revision 03 Eff Date: 03/18/2021 Page 1 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-22-AP-4169 (1) Contracting Activity: Department of Veterans Affairs, VISN10, Network Contracting Office (NCO) 10. The 2237 for this procurement is 541-22-3-5163-0213. (2) Description of Action: This activity proposes to procure a task order with SoloProtect US, LLC, a small business with an GSA contract (47QSWA19D007T) for the services of the Lone Worker electronic ID Badge Holders with Cellular and GPS locating with Emergency Features. The contract will be a base year with four one-year option periods. The base year period of Performance is from 6-1-2022 through 5-31-2023. Order against: FSS Contract Number: 47QSWA19D007T Name of Proposed Contractor: SoloProtect US, LLC Street
Address: 701 Canyon Dr STE 105 City, State, Zip: Coppell, Texas 75019 Phone: N/A (3) Description of Supplies or Services: The estimated value of the proposed action is $610,000.00 (for five years) An electronic ID badge holder that can discreetly assist the lone VA worker who engages the community for home health scenarios by providing them the ability to check in and out and provide local dispatch services silently in the event of an emergency with a 24/7 monitoring service that utilizes agnostic cellular connectivity and GPS location services. The above software system is proprietary products and must be repaired with the use of Original Equipment Manufacturer (OEM) software to meet all manufacturer specifications to be fully functional. All Licensing and software updates and configuration are proprietary programs of SoloProtect US, LLC . (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; This request is being entered as a sole source because these items must be installed by the manufacturer standards with the use of OEM parts, tools, and materials ONLY. 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: 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. (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: Determination of cost was conducted through the review of similar or like services as the pricing for Fiscal Year 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 2021 and the next four fiscal years will be the current price of $122,000.00 or if additional requirements are requested no more than a nine percent increase in the price. SoloProtect US has consistently demonstrated the necessary skills and ability to perform the required services in a timely and efficient manner. Prior to award, the Contracting Officer will determine SoloProtect US cost to be fair and reasonable and the best value to the Government. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. VIP was queried by the Contracting Officer using NAICS Code 334290 and keywords electronic badge holder which identified no SDVOSB or VOSB contractors that are third party contractors associated with SoloProtect US, LLC. Proprietary software and OEM-certified field service engineers must be used on this system to meet specific capabilities and specifications of the above stated system and SoloProtect US, LLC is the sole authorized government distributor of electronic badge holder. The requested services must be provided by certified SoloProtect personnel which limit the sources who can furnish the requirements for this agreement. Therefore, other third-party vendors do not have access to the OEM software and would void manufacturers coverage if utilized. Therefore, the VA Rule of Two Cannot be met (7) Any Other Facts Supporting the Justification: SoloProtect holds proprietary rights to software, upgrades, and component equipment to be used with the electronic id badge holders. All repairs/upgrades must be completed with the use of OEM software in accordance with all manufacturer specifications. Therefore, no other source can provide this service. (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: The Service will continue to monitor the marketplace for changes. (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.) _____ Erick Vignal Supervisory Program Specialist COPS (10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: a. Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Roman Savino Contract Specialist Date Facility: NCO 10 Independence, OH 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. Kelly Poole Branch Chief: Services Team #2 Network Contracting Office 10 (Indiana, Ohio & Michigan)

VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET  DAYTON , OH 45428  USALocation

Place Of Performance : VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET DAYTON , OH 45428 USA

Country : United StatesState : Ohio

You may also like

CHEMDAQ VAPOR MONITORING SERVICES CONTRACT AND SENSOR SERVICE/EXCHANGE

Due: 31 Dec, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SURVEILLANCE PATIENT MONITORING SYSTEM ANNUAL SERVICE TO THE OCU DEPARTMENT

Due: 31 Dec, 2024 (in 8 months)Agency: INDIAN HEALTH SERVICE

Classification

naicsCode 334290Other Communications Equipment Manufacturing
pscCode J065Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies