SPECIAL NOTICE
65 -- SLEEP LAB EQUIPMENT
- Notice Date
- 5/6/2019
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24619Q0545
- Archive Date
- 6/5/2019
- Point of Contact
- 757-315-2511
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 808.405-6 Limiting Sources Attachment 1: Justification for Limiting Sources for Micro-Purchase Threshold up to the SAT VHAPM Part 808.405 6 Limiting Sources Original Date: 08/30/2017 Revision 01 Eff Date: 04/23/2018 Page 1 of 3 DEPARTMENT OF VETERANS AFFAIRS FAR 8 Justification for Limiting Sources (LSJ) For Limiting Sources (<SAT) Acquisition Plan Action ID: 637 19 3 9812 2808 Contracting Activity: Department of Veterans Affairs (VA), VISN 06, Hampton VA Medical Center, 100 Emancipation Drive, Bldg. 27, Hampton, VA 23667 Description of Action: The Asheville VAMC has a need for DREAMSTATION respritory support devices in support of veteran care and support of on site sleep lab. The Dreamstation equipment is manufactured by Phillips Respironics, and has identified First Nation, LLC dba Jordan Reses Supply Co as the exclusive VA supplier if its Sleep and Respiratory Care products. Order against: FSS Contract Number: 36F79719D0027 Name of Proposed Contractor: FIRST NATION GROUP, LLC Street Address: 4566 Highway 20 East, Ste 208 City, State, Zip: NICEVILLE, FL 32578 Phone: 855 221 5332 Description of Supplies or Services: The estimated value of the proposed action is $ 67,861.98 DreamStation offers more monitoring choices than any leading noninvasive machine on the market today, with the most connectivity options among leading ventilation brands. The DreamStation includes all of the features expected from a sleep therapy system including a wide pressure range, patient adjustable ramp, automatic altitude adjustment, data card, the latest BiFlex comfort technologies. In addition, the bi level therapy offers a high pressure on inhalation and low pressure on expiration provides a more comfortable sleep experience than standard CPAP therapy. Finally the offers the added security of a spontaneous timed mode which will initiate a breath, after a set period of time, if no patient breath is detected. Authority: ORDER AGAINST FSS: Authority of the Multiple Award Schedule Program, Title III of the Federal Property and Administrative Services Act of 1949 (41 USC 251, et seq.); Title 40 USC 501, Services for Executive Agencies; and Section 803 of the National Defense Authorization Act of 2002 (PL 107 107) and implemented by FAR 8.405 6. Mark the applicable exception: An urgent and compelling need exists, and following the procedures would result in unacceptable delays(FAR 8.405 6(a)(1)(i)(A); 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; (FAR 8.405 6(a)(1)(i)(B)); In the interest of economy and efficiency, the new work is a logical follow on to an original Federal Supply Schedule order and the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order was not previously issued under sole source or limited sources procedures (FAR 8.405 6(a)(1)(i)(C)); or Items peculiar to one manufacturer. An item peculiar to one manufacturer can be a particular brand name, product, or a feature of a product, peculiar to one manufacturer). A brand name item, whether available on one or more schedule contracts, is an item peculiar to one manufacturer (FAR 8.405 6(b)). Rational/explanation to support cited authority:. The current stock inventory and usage of Dreamstation systems are requested, and is required to support the ongoing mission of veteran care and respiratory therapy. The Dreamstation manufacturer has an exclusive agreement that First Nation is the only authorized dealer. No substitutes are capable to meet the requirement need. BRAND NAME ONLY: This buy is estimated to exceed $25,000 and this documentation will be posted along with the RFQ on e Buy, as required by FAR 8.405 1(e). Note that this determination satisfies the requirements of FAR 8.405 6. The requirement to prepare a written justification IAW FAR 6.303 does not apply to Federal Supply Schedules. Signature Gregory J. Digitally signed by Marca T. Digitally signed by Marca T. Parent 351311 Gregory J. Ducker 991964 -04'00' Ducker 991964 Date: 2019.05.03 14:10:33 Date: 2019.05.03 14:16:06 -04'00' Parent 351311 Greg Ducker Marca Parent Contract Officer Contracting Officer/Branch Chief Date: 5/3/2019 Date: NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24619Q0545/listing.html)
- Record
- SN05302504-F 20190508/190506230022 (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 |