Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
DOCUMENT

65 -- Stryker Beds - Attachment

Notice Date
3/31/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA69D11RQ0377
 
Archive Date
4/10/2011
 
Point of Contact
Scott Ivy
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
The Great Lakes Acquisition Center (GLAC) in Milwaukee, Wisconsin, intends to negotiate on a sole source basis (IAW FAR 13) with Alliant Enterprises LLC, 8850 M 89 STE A, Richland, MI 49803-8558, as the only source that is able to provide the below listed items. This bed system is the only source able to meet the requirements of the new SCI building. See attached justification. Specifically, the contractor shall provide the following: Item 1: - Stryker S3 Patriot Bed System (including: Chaperone Center of Gravity Bed Exit System, One-Touch Scale with Isolated Foley Bag Hooks, One-Touch 30 Degree HOB Angle and Lock, One-Touch 30 Degree HOB Angle and Lock, Foot End Digital Trend and Fowler Angle Display, 3 Sided Gatch Fowler Controls, 3 Sided Gatch Fowler Controls, Centrally Located Brake Pedal, 4 Wheel Steel Brake with Swivel Lock System, 6 Inch Casters, 500 lb. Weight Capacity, One-Hand, Intermediate Siderails, Retractable Frame, Open Architecture - Flat Litter Deck, Fowler Angle Gauge, 4 IV Pole and Traction Equipment Sockets, 4 Foley Bag Hooks, Steer Control, Integrated Pump Holder, Foot Prop Rod, CPR Release and Removable Headboard, 3 Sided Bed Motion Controls, Foot End Lock-out Controls, Neutral Accent Panels, Straight power cord, 1 year parts, labor & travel (Note: The beds must have retrofitted footboard 3006-700-128 and pendant port connector covers 3006-700-126 or 3006-700-127 installed) (Part #S3 Patriot, Quantity 31) Item 2: - Scale, Bed Exit, Zone Control, (Part #3006-560-109, Quantity 31); Item 3: - Chaperone Bed Exit High Tone Siren, (Part #3006-560-109, Quantity 31); Item 4: - Pendant Fully Loaded, (Part #3006-315-012, Quantity 31); Item 5: - Stryker Pendant Port (Part #3002-999-065, Quantity 31); Item 6: - Siderail Communication Package (w/ CC, outside GF) (Part #3006-469-405, Quantity 31); Item 7: - Docker Cables, (Part #9999-999-998, Quantity 31); Item 8: - S3 Quick Start Guide, (Part #3006-029-001, Quantity 31); Item 9: - 110 Volt Outlet, (Part #3006-320-050, Quantity 31); Item 10: - Adapter Bracket, (Part #3006-333-000, Quantity 31); Item 11: - Roller Bumpers (head end), (Part #3006-335-000, Quantity 31); Item 12: - Wall Saver, (Part #3001-344-835, Quantity 31); Item 13: - IV Pole - Removable, (Part #9999-999-998, Quantity 4); This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received within 5 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Scott Ivy at scott.ivy@va.gov and Antonio Reyes at Antonio.reyes@va.gov. Statements are due by 12:00 CST 07 April 2011. NO PHONE CALLS WILL BE ACCEPTED. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION For 31 Stryker S3 Medical Surgical (MedSurg) Patriot Beds with associated equipment for the New Spinal Cord Injury (SCI) building at the Milwaukee Wisconsin VAMC 1.Identification of the Agency and the Contracting Activity: Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC), 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 for the purchase and install of 31 Stryker S3 Medical Surgical (MedSurg) Patriot Beds with associated equipment for the New SCI building, Milwaukee WI VAMC. This procurement will proceed on a sole source basis with Alliant Enterprises LLC as the sole distributor of Stryker Manufactured Equipment. 3.A description of supplies/services required (including the estimated value): The VA Hospital in Milwaukee Wisconsin has a requirement for a one time purchase for the New SCI building of 31 Stryker S3 Medical Surgical (MedSurg) Patriot Beds with associated equipment (scale, bed exit, zone control, chaperone bed exit high tone siren, pendant fully loaded, Stryker pendant port, side-rail communication package with CC outside GF, docker cables, quick start guide, 110 volt outlets, adapter brackets for patient help, roller bumpers, wall saver, removable IV poles). The approximate cost is $262,583.22 4.Statutory authority permitting other than full and open competition: FAR 6.302-2. The VA's minimum needs can only be satisfied by unique supplies or services available from only one source. (41 U.S.C. 253 (c)(1)) due to Unusual and compelling urgency. 5.Facilities Unique Qualifications: The VA Hospital in Milwaukee, WI, requires this product because it is the only Medical Surgical (MedSurg) bed that has: 1. An electric bed with a retractable frame, particularly at the head of the bed. This is essential when raising the head and neck, because it leaves the proximal area unchanged, reducing the need for repositioning. 2. The SCI buildings entire environmental control units were customized specifically for this exact model and it is not believed that any cost savings thru competition of a lesser brand would be such that it would be enough to recoup costs to further customize the control units thru construction or modification. 3. Television arms are customized to this exact model. 4. Without these beds the patients will not be able to utilize the sip-puff technology used to control the TV, the phone, the nurse-call system, the lights and the bed positioning. 5. Without a retractable frame, spinal cord patients will not be able to use television and computer arm functions without repositioning from staff members. 6.Efforts made to ensure that offers are solicited from as many potential sources as is practicable: This will be posted to FBO. If another company is able to provide all required functions and meet compatibility requirements they can submit a compatibility statement to the Contracting Officer for review. If no company is able to meet the requirements and or are deemed not technically competent, then this will proceed as a sole source to the above named contractor. 7.Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: Overall pricing will be compared to contractor's list prices and to previous awards for similar items. 8.Market survey conducted: The technical team at the Milwaukee WI VAMC conducted a thorough examination of all beds before submitting their request, they did not find another company that met their requirements. A search of GSA by the KO did not reveal any beds that met the requirements of the SCI staff. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION For 31 Stryker S3 Medical Surgical (MedSurg) Patriot Beds with associated equipment for the New Spinal Cord Injury (SCI) building at the Milwaukee Wisconsin VAMC 9.Other facts: There is no other reasonable or practicable approach that VA can utilize to accomplish the things identified herein. The purchase of this patient bed would allow for more efficient and independent patient adjustment and less chance of patient and caregiver injury due to repositioning. The patients to fill the beds at the SCI due to the extent of their injuries need as little handling as possible and these beds meet that requirement. 10.Other sources expressing an interest: The technical staff at the SCI investigated other companies but due to the nature of their requirements it is not expected that any other company will express interest due the fact that they are not able to meet our needs. 11.Actions to remove or overcome any barriers to competition: This will be posted to FBO for public viewing. 12.Certification: I certify that this justification is accurate and complete to the best of my knowledge. SCOTT IVY Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D11RQ0377/listing.html)
 
Document(s)
Attachment
 
File Name: VA-69D-11-RQ-0377 VA-69D-11-RQ-0377_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187522&FileName=VA-69D-11-RQ-0377-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187522&FileName=VA-69D-11-RQ-0377-000.doc

 
File Name: VA-69D-11-RQ-0377 P03 SOLE SOURCE JUST STRYKER BEDS.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187523&FileName=VA-69D-11-RQ-0377-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187523&FileName=VA-69D-11-RQ-0377-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02413910-W 20110402/110331234431-5ecf4f17dd0f5edd5d7d8a05e3929fbd (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.