Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2016 FBO #5501
DOCUMENT

65 -- Amended model changed to VH3000 - Attachment

Notice Date
12/13/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0149
 
Response Due
12/20/2016
 
Archive Date
1/19/2017
 
Point of Contact
TAMANICA DANFORD-LEAF
 
E-Mail Address
ca.danford-leaf@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to make the following changes and to amend the date that offers are due. The model number of the Vaso View Hemopro is changed from VH-3500 to VH-3000 The offers will be due 1700 MST 20 Dec 2016. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is: VA259-17-Q-0049-1, and it is re-issued as a request for quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. This solicitation is set-aside for Small Business. NAICS: 339113. Contract Line Items: Item Description Qty 0001 Base Year. POP Begin 1 Jan 2017. POP End 31 Dec 2017. Vaso View Hemopro Sys (VH-3000. See below for product description. 80 EA 1001 Option Year 1. POP Begin 1 Jan 2018. POP End 31 Dec 2018. Vaso View Hemopro Sys (VH-3000. See below for product description. 80 EA 2001 Option Year 2. POP Begin Begin 1 Jan 2019. POP End 31 Dec 2019. Vaso View Hemopro Sys (VH-3000. See below for product description. 80 EA Description of requirements for the items to be acquired (Statement of Work): ITEM DESCRIPTION: VH-3000 includes: (1) Harvesting Cannula; (1) Harvesting Tool; (1) 5 cc Syringe; (1) Short Port Blunt Tip Trocar (BTT) with Endoscope Seal; (1) Harvesting Cannula Seal; (1) 30 cc Syringe; (1) Dissection Tip Item must be exact match. See below for Justification IAW FAR 13.106-1. This will be a Not-To-Exceed (NTE) order. Initial delivery of 5 each will be required. This amount is an estimated amount based on historic usage and is not guaranteed. The contractor is only due the amount for Services/Supplies actually provided. The government requires new items only; no used or grey market items will be accepted. Potential contractors must demonstrate in writing that they are an authorized distributor of the products offered. Contractor will be responsible to provide all resources necessary to accomplish the deliverables. The contractor will be responsible to provide a means for back-up assistance for troubleshooting and staff education as needed as well as provide onsite consultation and/or assistance in cases of difficult wound management. An Authorized Government Caller will be established and will have the authority to schedule specific delivery times (via telephone or email) for any quantity, as long as the orders do not exceed the dollar and quantity threshold and specified timeframe within the order. Orders must be delivered within 10 days ARO. Date and place of delivery (FOB Destination): VA Health Care System 500 Foothill Drive ATTN: WHSE 7/Logistics/OR Salt Lake City, UT 84148-0001 The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, does not apply to this acquisition. Evaluation will be made by LPTA. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Any additional contract requirements or terms and conditions: FAR 52.217-8, FAR 52.217-9, FAR 52.232-40, FAR 52.233-1, FAR 52.247-34, VAAR 852.203-70, VAAR 852.232-72, VAAR 852.246-70. All Contractors must be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ The Defense Priorities and Allocations System (DPAS) do not apply. Date and Time offers are due: 1700 MST 20 DEC 2016. Name and telephone number of the individual to contact for information regarding the solicitation: Tamanica Danford-Leaf Contract Specialist 801-582-1565 x4496 Tamanica.danford-leaf@va.gov JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: 660-17-1-055-0151 1A. PROJECT/TASK NUMBER 1B. ESTIMATED AMOUNT: 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: This is a Brand Specific Justification. Vasoview Hemopro Endoscopic Vessel Harvesting System (EVH): Vasoview Hemopro 3000 (VH3000) is used for endoscopic vessel harvesting system (EVH). The outdated VH2400 currently in use will have reached its medical capabilities once all supply has been exhausted, VH3000 is a newer, safer upgrade to the VH2400 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The SLCVAMC already owns the equipment (VASOVIEW Power supply/cable) used for Vein harvesting from Maquet. The HemoPro endoscopic Vessel Harvesting system (VH-3000) is the only EVH that can be used with this equipment. 4. SUGGESTED SOURCE INFORMATION (Contractor Name, Address, City, State, Zip, and Telephone Number) MAQUET Cardiovascular, LLC 1717 Washington Street 45 Barbour Pond Drive, Wayne, NJ 07470 5. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: The system needs to be compatible with the endoscopic system that we currently have in the OR. This system is already in operation and it is not cost effective to replace the entire system. 6. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Market research was conducted to identify small business distributors for the Vaso View 3000. *REDACTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0149/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0149 VA259-17-Q-0149.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159100&FileName=VA259-17-Q-0149-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159100&FileName=VA259-17-Q-0149-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA MEDICAL CENTER;500 FOOTHILL BLVD;SALT LAKE CITY UT
Zip Code: 84148
 
Record
SN04349785-W 20161215/161213234123-7eb262ce4e5178c4ff752d8848772b8d (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.