Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

65 -- CVX-300 Excimer Laser System Sole Source Notice

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA-257-08-RQ-0136
 
Response Due
3/27/2008
 
Archive Date
4/26/2008
 
Point of Contact
Belinda L Cook Contract Specialist 214-857-0037
 
E-Mail Address
Email your questions to belinda.cook@va.gov
(belinda.cook@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Questions are NOT being requested and a separate written Request for Quotations will not be issued. Under Statutory Authority 41 U.S.C. 253 (c) (1), the Veterans Affairs North Texas Health Care Systems (VANTHCS), 4500 S Lancaster Road, Dallas, Texas 75216 anticipates entering into sole source procurement with Spectranetics of Colorado Springs, CO 80907-5186 for a CVX-300 Excimer Laser System. The Government believes Spectranetics is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-257-08-RQ-0136 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full test. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (iv) North American Industry Classification System (NAICS) code is 339112 (size standards: 500 employees) applies to this solicitation. (v) Item to be purchased is CVX-300 Excimer Laser System Model Gen 4.0. (vi) The Excimer Laser System will be used for use in minimally invasive interventional procedures within the cardiovascular system, including peripheral ahterectomy, coronary atherectomy and the removal of problematic pacemaker and defibrillator cardiac leads. The system should possess the characteristics as follows: (1) FDA approved. (2) Active Medium XeCI, pulsed laser system. (3) The laser is operated with a footswitch. (3) wavelength 30mm, (d) pulse width 125nS - 200nS, (4) Catheter Output Fluence: 30-60mJ/mm2, (5) Maximum Repetition Rate: 40 pps, (6) Weight: 650 pounds/ 295 kg, (7) Length: 49 inches/125 cm, (8) Height: 35 inch unit/89 cm, 7 inch control panel/ 16 cm; (9) Width: 24 inches/ 61 cm; (10) Power Requirements: 208 VAC, 50/60 HZ. Single Phase, 20 amp; (11) Power Cord Length: 10 foot with 12 foot extension; (12) Power Cord Plug: NEMA L6-30R, Hubbell Part #2621, 250 VAC-30A, Twist lock; (13) Wall Outlet Receptacle: NEMA L6-30R, Hubbell Part# 2620-A, 250VAC, 30A, Wall mount twist lock, (14) Service/Operational Manuals (2 each). (vii) Delivery and acceptance of deliverables will be FOB origin within 60 days after receipt of order to VA North Texas Health Care Systems (4500 S. Lancaster Road, Bldg. 44, Dallas, Texas 75216. (viii) The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.211-70 Service Data Manuals, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Representations and Certifications Application (ORCA) at http://www.bpn.gov and reference it in their quote. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.21-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-28 Post Award Small Business Program Representations; 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) Anyone wishing to respond to this notice must show clear convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing into this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE MARCH 27, 2008 at 11:00 a.m. Central Standard Time. (xv) Submit Faxed or Electronic quotation to Belinda Cook, Contracting Officer at (214) 857-0027 with signed original forwarded by mail to: Belinda Cook, Contracting Officer (90C), VA North Texas Health Care Systems, Bldg. 8, 4500 S. Lancaster Road, Dallas, Texas 75216. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail should have a scanned electronic signature. ___________________________________________
 
Place of Performance
Address: 4500 S Lancaster Road;Dallas, Texas
Zip Code: 75216
Country: USA
 
Record
SN01537413-W 20080322/080320224151 (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  © 1994-2020, Loren Data Corp.