VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Page 1 of 4 Original Date: 08/30/2017 Revision 01 Eff Date: 04/23/2018 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-19-AP-4438 Contracting Activity: Department of Veterans Affairs, VISN 10 Medical Center, VA Ann Arbor Healthcare System, 506-19-3-118-0253 Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). New requirement. Order against: FSS Contract Number: V797D-30111 Name of Proposed Contractor: Omnicell, Inc. Street Address: 590 E. Middlefield Road City, State, Zip: Mountain View, CA 94043 Phone: 810-429-4901 Description of Supplies or Services: The purchase of 9 Complete Omnicell XT Anesthesia Work Stations and 4 Option years for services Item # ANT-DRW-005, FLEX BIN 22222,XT SINGLE DOSE DRW GUIDE LIGHT,ANT-DRW-006, FLEX BIN 3131, XT SINGLRE DRW GUIDE LIGHT ANT-DRW-009, DRAWER ,12 LOCKING ,AWS-XT ANT-FRM-006, XT ANESTHESIA WORKSTATION W/BIO ID, ANT-OPT-011,AWS WASTE /SHARPS BASKET ANT-OPT-023, PANEL ,EMERGENCY BREAKAWAY ,AWS-XT,ANT-OPT-025,TILT 4 BIN ORGANIZER ,AWS-XT, ANT-OPT-026, TILT -BIN ORGANIZER ,AWS-XT,ANT-OPT-027, TILT 6-BIN ORGANIZER , AWS-XT,ANT-OPT-032,SYRINGE LABEL PRITER PAPER ROLL ,EPSON, ANT-OPT-033, SYRING E LABEL PRINTER INK CARTRDGE ,EPSON, ANT-PNT-005, SYRINGE LABEL PRINTER -EPSON &SHELF,ANTSCN-009. 2D ITEM SCAN ,AWS,XT Omnicell Anesthesia XL workstation is an automated dispensing unit with attached cabinets (direct/indirect) to store and dispense pharmaceutical stock and controlled substances. It combines real-time software solutions w/ongoing expert services to proactively monitor pharmaceutical operations. The attachments are connected to a server that tracks the disbursement of those inventories. This equipment request will accommodate our need for managing medication in a high-volume pressure environment. Operating rooms comes with a unique set of challenges during surgery and a patient s condition can change in a moment. Anesthesia providers demand fast and convenient access to medication so they are ready to respond at a crucial moment. The Omnicell XT Anesthesia workstations offer convenient medication access for anesthesia providers while safeguarding controlled substance. This automated system also enables efficient inventory management and regulatory compliance. All items are proprietary to Omnicell. (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. 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; Omnicell is sole manufacturer and exclusive provider of their products and support services for the equipment in the US. They do not have authorized personnel outside of their company to provide the required products and/or services or this procurement. They do not contract products or services to 3rd parties, therefore, there are no other sources capable of meeting this consolidated request for replacement components to the older version and strategically accommodate the expansion. 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. Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) 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. Installation and software (server is in place for all Omnicell units and DSS interface is already in place as well for all units) are already established and the additional components would logically adapt to the primary units. The Omnicell has profoundly proven itself to be compatible with VISTA and CPRS without difficulty. Additionally, Omnicell s integration w/approved CSOS software to move narcotic and controlled medications between locations using electronic 222 and ARCOS reports is currently active and up to 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: Omnicell is sole manufacturer and exclusive provider of their products and support services for the equipment in the US. They do not have authorized personnel outside of their company to provide the required products and/or services or this procurement. They do not contract products or services to 3rd parties, therefore, there are no other sources capable of meeting this consolidated request for replacement components to the older version and strategically accommodate the expansion. Presently, we have many different pieces of Omnicell equipment in over 30 areas of coverage including in/out patient pharmacies, and CBOCS and they are strategically housed on our nursing wards. The purchase of the additional 9 anesthesia workstation will be installed in the operating rooms. Installation and software (server is in place for all Omnicell units and DSS interface is already in place as well for all units) are already established and the additional components would logically adapt to the primary units. The Omnicell has profoundly proven itself to be compatible with VISTA and CPRS without difficulty. Additionally, Omnicell s integration w/approved CSOS software to move narcotic and controlled medications between locations using electronic 222 and ARCOS reports is currently active and up to date. The confirmed expansion areas demand a seamless association to the whole. Furthermore, this medical center has made significant investments in the overall establishment of the Omnicell Automated Dispensing Cabinet System including training and multiple years of site planning and preparations to accommodate this purchase. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Because of the proprietary nature and the fact that the whole hospital is already using the Omnicell system, market research was only conducted with Omnicell. Omnicell sent demo medication carts for the end user to review. GSA was reviewed and there are no other vendors that can provide these items. Omnicell does not have any distributors. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Instant access, easy log on, efficiency, security for hospital and pharmacy administrators, security for controlled substances at all times, oversight, safety, maximized operational efficiency and patient safety. Converting to a new system VA-wide would be very costly to the VA. (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: When the whole system is ready to be replaced, the market will be surveyed. (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.)