Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SOLICITATION NOTICE

65 -- Intent to Sole Source Operating Room Equipment

Notice Date
12/31/2009
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-10-RQ-0161
 
Response Due
1/5/2010
 
Archive Date
1/13/2010
 
Point of Contact
Ashley Johnson for Willie Forrest
 
E-Mail Address
Contracting Specialist
(Ashley.Johnson6@va.gov)
 
Small Business Set-Aside
N/A
 
Description
INTENT TO SOLE SOURCE This notice is for informational purposes only. The VA intends to Sole Source for the procurement Integrated Operating Room Equipment with Alliant using Statutory Authority 38 U.S.C. 8127(d) (PL 109-461) at the Edwards Hines Jr. VA Hospital Hines, IL. See below Justification and Approval for additional information. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1.Identification of the Agency and the Contracting Activity: Department of Veterans Affairs, Great Lakes Acquisition Center, 5000 W National Avenue Bldg 5, Milwaukee WI 53295 2.Nature and/or description of the action being approved: Justification and approval for other than full and open competition to furnish and install Stryker- Integrated Operating Room(s), to include Endoscopic Video, Video Integration, Booms and Lights, in connection with ongoing renovation construction project of six (6) New Operating Rooms, located on the second (2ND) floor of building #200, at the Edward Hines Jr., VA Hospital, Hines, Illinois. 3.A description of supplies/services required: The Stryker boom-mounted surgical systems (lights, monitors, etc.) for 6 operating rooms, is the only product that can interface with the existing Stryker equipment already being installed in the first 3 operating rooms in the ongoing surgery project at Hines. The equipment is meant to communicate between operating rooms and with the surgical office, so it is critical that all devices can be networked together. The equipment had to be purchased in phases, to coincide with various phases of the construction, and also to fit within budgetary constraints. The contractor is registered in CCR and VetBiz. 4.Statutory authority permitting other than full and open competition: The VA's statutory authority to make sole-source awards to VOSBs is set forth at 38 U.S.C. sect. 8127, Pub. L. No. 109-461, 120 Stat. 3431, 3432 (2006). This authority allows the VA to award to an VOSB on a sole-source basis when: (1) such concern is determined to be a responsible source with respect to performance of such contract opportunity; (2) the anticipated award price of the contract (including options) will exceed the simplified acquisition threshold (as defined in section 4 of the Office of Federal Procurement Policy Act (41 U.S.C. 403) but will not exceed $5,000,000; and (3) in the estimation of the contracting officer, the contract award can be made at a fair and reasonable price that offers best value to the United States. 5.Facilities Unique Qualifications: As a definite part of the Hines VAMC mission, needs to be able to do the following: proceed with the surgery construction without delay, so that the area can be occupied for clinical use as soon as possible, and without any financial penalties. The VA also needs to be able to communicate information on patient status, case status, medical data, etc. between surgical suites and personnel to best meet patient needs and keep critical procedures on track without delays. If the Hines VAMC would not obtain this particular product, it would not be able to complete the existing construction project on time and would introduce significant additional costs and delays to redesign the remaining operating room. Also, installing another vendor's system would require significant amount of time training staff, but would introduce confusion should staff have to go from OR to another with entirely different type of equipment in use. 6.Efforts made to ensure that offers are solicited from as many potential sources as is practicable: N/A. 7.Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: This requirement will proceed as a commercial acquisition, negotiated sole source, with Alliant Healthcare Products of Richland, MI. Pricing shall be analyzed based on the contractor's commercial practices. The Contracting Officer anticipates awarding the contract costs to be consistent with the past procurement for the same equipment under contractVA69D-P-1018 which was purchased in June 2009. The Independent Government Cost Estimate is $1,330,363.71 and the Government anticipates the award amount to be $1,305,363.71. The Contracting Officer anticipates the negotiated price to be fair and reasonable. 8.Market survey conducted: A Vet-Biz & CCR search was completed. 9.Other facts: None 10.Other sources expressing an interest: None 11.Actions to remove or overcome any barriers to competition: None 12.Certification: I certify that this justification is accurate and complete to the best of my knowledge. WILLIE FORREST Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-10-RQ-0161/listing.html)
 
Record
SN02033712-W 20100102/091231234351-725839f2f5ae92b84145a320ee81b172 (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.