Effective Date: 11/15/24 REVISION: 01 Acquisition ID#: 36C24W-25-AP-0144 DEPARTMENT OF VETERANS AFFAIRS SOLE SOURCE JUSTIFICATION UNDER SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS IN ACCORDANCE WITH FAR 13.5 Acquisition Plan Action ID: 36C24W-25-AP-0144 JOFOC: FY25-RPOW Activations - 2102 Contracting Activity: Department of Veterans Affairs, VISN 19, Tulsa VA Medical Center PR-IFCAP: 623-25-3-2455-0158 Nature and/or Description of the Action Being Processed: This procurement is for the Brand Name purchase of Defibrillators, Transport defibrillators and AED s at the Tulsa VA Medical Center (VAMC) in accordance with FAR 13.501 Special Documentation Requirements where acquisitions conducted under Simplied Acquisition Procedures. The procurement is a firm fixed price contract for supplies and support services for. Typical pricing on the contract also includes service support for 1 year after receipt of the equipment. Description of Supplies/Services Required to Meet the Agency s Needs: The Eastern Oklahoma VA Health Care System (EOVAHCS) is renovating a non-medical, existing facility to be the new Tulsa VA Medical Center (VAMC). The facility requires new defibrillators for the crash carts, transport defibrillators and AED devices for life safety measures in the new Tulsa facility. There currently are no defibrillators in this facility as it is a new build. This requirement is in support of a Brand Name requirement. Statutory Authority Permitting Restricted Competition: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. § 1901 and is implemented by FAR 13.106-1(b)(2) for restricting competition on this procurement. Competition is restricted on this procurement for the reason below: ( X ) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements ( ) Unusual and Compelling Urgency ( ) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services ( ) International Agreement ( ) Authorized or Required by Statute ( ) National Security ( ) Public Interest Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Zoll Medical specializes in the development and sale of medical devices and software solutions, with a primary focus on emergency care, critical care, and respiratory care. Their facilities currently utilize identical make and model transport and crash cart defibrillators. Standardizing equipment across all our sites offers numerous advantages. It significantly reduces the risk of operator error and enhances patient safety. As staff members move between different facilities, they remain familiar with the standardized equipment, ensuring efficient and secure operations. Furthermore, this standardization approach minimizes the need for additional storage space, reduces supply confusion, and ensures compatibility. By maintaining a single type of supply system-wide for each item, we streamline inventory management and operational efficiency. Zoll Medical is a prominent company and holds an NAC/FSS contract. Market research has identified two SDVOSB vendors authorized to sell Zoll products. Among these vendors, only one Service- Disabled Veteran-Owned Small Business (SDVOSB) maintains an active NAC/FSS Contract. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Sources Sought was published to SAM.gov for information on 06/24/2025, closed on 07/08/2025 resulting in two responses from SDVOSB vendors: After Action Medical Dental Supply, LLC, which holds an NAC/FSS Contract. A&C AED Services, which does not hold an FSS Contract Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The Government is expecting to receive responses from at least two sources. Price reasonableness will be determined based on competition IAW FAR 13.106-3(a)(1). Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: FAR Part 10 was followed when conducting market research. Sources Sought was published to SAM.gov on 06/24/2025, closed on 07/08/2025 resulting in two responses from two authorized resellers of Zoll products. Both contractors are designated as SDVOSB s. The two resellers are After Action Medical Dental Supply, LLC, which holds an FSS Contract and A&C AED Services, which does not hold an FSS Contract. A review of the Small Business Administration s (SBA) Dynamic Small Business Search (DSBA) confirmed that they are certified SDVOSBs and have active profiles with no exclusions. The VA Federal Supply Schedules (FSS) administered by GSA the National Acquisition Center (NAC), were queried to verify if the requirement can be procured through existing contracts. Any Other Facts Supporting the Use of Other than Full and Open Competition: Full and Open Competition is not feasible since Zoll Medical Corporation is the sole proprietor and restricts who can sell their products. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: After Action Medical and Dental Supply LLC After Action Medical and Dental Supply Rhonda Cox 317-552-6035 A&C AED Services Christopher Ewing 859-528-8160 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 purpose of requesting this specific Zoll brand name is to standardize equipment, ensuring efficient and secure operations as staff members move between different facilities. Market research into subsequent purchases will be conducted to identify authorized resellers that can meet the requirement. MONICA CHRISTOPHER Date: 2025.08.27 17:46:22 -05'00' 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. 8/27/25 Monica R. Christopher Date Acquisition Utilization Specialist VHAMUS Tulsa 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. JENNIFER SARRAGA 15:44:50 -07'00' 8/27/25 Jennifer Sarraga Date Contracting Officer Regional Procurement Office - West (RPOW) One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Digitally signed by ANTONIO ANTONIO JACKSON JACKSON Date: 2025.09.04 16:51:28 -05'00' Antonio Jackson Date Division Chief Regional Procurement Office - West (RPOW)