Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
DOCUMENT

65 -- VISN3 ENDOSCOPY LEASING SOLE SOURCE – OLYMPUS (revised) This notice supercedes and replaces special notice VA243-12-I-0416 - Attachment

Notice Date
12/12/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24312I0426
 
Archive Date
2/10/2012
 
Point of Contact
Christopher Ward
 
E-Mail Address
1-4677<br
 
Small Business Set-Aside
N/A
 
Description
65-VISN3 ENDOSCOPY LEASING SOLE SOURCE - OLYMPUS (This notice supercedes and replaces special notice VA243-12-I-0416 that was published earlier today (12/12/2011). The previous did not specify new scopes and it incorrectly included a table listing quantities of scopes. Quantities are unknown at this time. The Department of Veterans Affairs, VISN 3, VISN 3 Network Contracting Office (10N3/NCO) James J. Peters VA Medical Center, Bronx, New York 10468 intends to negotiate a sole source lease agreement under the authority of FAR 603.2-1, with Olympus America, 3500 Corporate Parkway, Center Valley PA, 18034 to provide the following equipment in an effort to standardize Gastrointestinal Endoscope equipment and repair services by replacing the Olympus scopes currently owned by the VISN3 sites listed below with brand-new leased equipment. No used of equipment of any kind will suffice. A.PLACE OF PERFORMANCE: 1.Northport VAMC 2.ManhattanVAMC 3.Bronx VAMC 4.Montrose VAMC 5.Castle Point VAMC B.ITEMS REQUIRED: ModelsDescription CF-H180ALHigh Definition Colonoscope CLV-180 EVIS EXERA II Light Source CV-180EVIS EXERA II Processor GIF-H180 High Definition Gastroscope PCF-H180AL High Definition Adjustable Pediatric Colonoscope TJF-Q180V** Therapeutic Video Duodenoscope GIF-H180J**High Definition Gastroscope w/Forward water Flush EU-ME1**Endoscopic Ultrasound Universal Processor OEV-261H**Olympus 26" Full HD LCD Monitor GF-UCT180** Ultrasound Curvilinear Endoscope MAJ-1597** Detachable Ultra cable for use with GF-UCT180 and BF-UC180F for compatibility with the EU-ME1 The equipment sought under this lease, and the service rendered, must be compatible in all aspects (form, fit and function) with existing system presently installed. The current equipment must coordinate, connect and interface with the existing system. The newly procured equipment must be compatible with the presently owned capital equipment, software and accessories. This notice of intent is NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their experience in providing this equipment/services by submitting the following information. C.STATEMENT OF CABABILITY: 1.Submit a brief description [three (3) pages or less] that shows your company can provide the equipment/system. Include past experience in performing these services/providing the equipment to the VA, other Government (Federal or State) agency, or for a private medical facility. 2.Please specify your availability to start date. 3.Please indicate your address D.BUSINESS SIZE AND SOCIO-ECONOMIC STATUS relative to NAICS 339112, Surgical and Medical Instrument Manufacturing (size standard 500 employees). : 1.Indicate whether your business is large or small 2.If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business 3.If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act 4.Indicate if your firm is a certified Hub-zone firm 5.Indicate if your firm is a woman-owned or operated business 6.Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) 7.Include the DUNS number of your firm. 8.State whether your firm is registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in CCR and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. All responses must be received not later than 12:00PM Noon EST on 12/20/2011. E-mail: Christopher.ward@va.gov or fax (718) 741-4585 The Request for information (RFI) number is VA243-12-I-0416. The anticipated solicitation will incorporate the following clauses by reference: Federal Acquisition Regulation (FAR) 52.204-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.211-6. Contracting Office Address: VISN 3 Network Contracting Office (10N3/NCO) James J. Peters VA Medical Center 130 W. Kingsbridge Road, Rm. 9B-18 Bronx, New York 10468
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312I0426/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-12-I-0426 VA243-12-I-0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=280640&FileName=VA243-12-I-0426-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=280640&FileName=VA243-12-I-0426-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02637605-W 20111214/111212234328-0a4b4dcc56a6433f3fb4510ab978c732 (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.