Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

65 -- Upgrade/Augmentation to Depuy Small Frag Set

Notice Date
9/13/2010
 
Notice Type
Presolicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25910RP0215
 
Response Due
9/20/2010
 
Archive Date
10/5/2010
 
Point of Contact
David Geary
 
E-Mail Address
4-3575<br
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS VISN 19 Rocky Mountain Network Contracting Center 4100 E. Mississippi Ave. Suite 2110 Glendale, CO 80246 RFQ # VA-259-10-RQ-0215 September 10, 2010 JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, the use of other than full and open competition for the proposed contractual action is hereby authorized pursuant to the authority of 41 U.S.C. 253(c)(5), FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Identification of Agency and Contracting Activity. Department of Veterans Affairs, VISN 19, Rocky Mountain Network Contracting Center (RMCCC), Glendale, Colorado. 2. Nature/Description of Action. Upgrade/Augmentation of Existing Depuy Small Frag Set 3. Description of Supplies/Services. This equipment is an additional upgrade for the Depuy Small Frag Set is required. It must have titanium screws and plates. It must have locking and non-locking plates. The requirements are unique in the hybrid construction of this type of plate offers the surgeon the ability to combine standard interfragmentary compression with the added of fixed angle locking. The construct will protect the compression and lag screws while providing stability across extensive comminution, unstable metaphyseal fractures or in osteopenic bone. 4. Identification of Statutory Authority. The statutory authority permitting other than full and open competition is 10 USC 2304(c) (1) implemented by the Federal Acquisition Regulation (FAR) Subpart 13.501(a), "Sole Source Acquisitions." FAR 6.302-1-- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Demonstration of Contractor's Unique Qualifications. Another titanium small frag set is needed to replace the one older set. The titanium set provides better options for the surgeon and patients. With this set more can be done to promote patient care. The patients healing and recovery time is greatly increased. More can be done to fix complicated bone fractures. Depuy is the only vendor that can supply this set with its current configuration. 6. FedBizzOpps Announcement/Potential Sources. This action will be synopsized and published in the Government Point of Entry (GPE), FedBizzOpps. 7. Determination of Fair and Reasonable Cost. The Contracting Officer determined that the anticipated cost to the Government will be fair and reasonable based on comparison of pricing with other facilities procuring the same services, and negotiations with the offeror to ensure most advantageous pricing. 8. Description of Market Survey. Market research has demonstrated that at this time the identified manufacturer is the sole source for this operative surgical robotic system requirement. Synthes and Smith and Nephew orthopedic products sell similar products but, neither one had a set that had titanium screws and plates that were both locking and non-locking. 9. Any Other Supporting Data. The surgical service using this set has increased to Podiatry, Hand and Orthopedics, which is we currently own. Due to the fact that non-biological implants cannot be flash sterilize even in an emergency. It is clear that this upgrade is essential for taking care of surgical patients. 10. Listing of Interested Sources. At this time, this J&A is being processed in advance of the synopsis posting on FBO. If responses to the synopsis indicate additional sources are available, the file will be documented accordingly and the requirement competed among all eligible sources. The manufacturer for this system only sells direct and does not have a distributor network so we cannot generate a list of sources other than the manufacturer. Depuy Orthopedic CO (EDI) PO Box 998 700 Orthopedic Dr. Warsaw, IN 46584 11. Actions Taken to Remove Barriers to Competition. None. Should it be determined that VISN 19 has a future requirement for this type service, the Contracting Officer will conduct a market survey to fulfill such requirement. 12. Certifications As evidenced by their signatures on the Justification Review Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility is both accurate and complete (FAR 6.303-2(b)). Technical Personnel Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. __________________________________________ Ronnie Jones Date Certifications The Contracting Officer's signature on the Justification Review Document evidences that he/she has determined this document to be both accurate and complete to the best of their knowledge and belief (FAR 6.303-2(a)(12)). Contracting Officer I certify that this justification is accurate and complete to the best of my knowledge and belief. __________________________________________ Ray Tomori, Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25910RP0215/listing.html)
 
Record
SN02278721-W 20100915/100913234827-785524b8d2df998bd5fa1586f7801ee3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.