Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
DOCUMENT

65 -- Brand Name RFQ for Karl Storz Hopkins II Endoscopic Telescopes and accessories (Charlotte HRCC and Salisbury HRCC) - Attachment

Notice Date
7/6/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617Q1478
 
Response Due
7/11/2017
 
Archive Date
8/10/2017
 
Point of Contact
Donald (Sidney) L Blackwell
 
E-Mail Address
15-3959<br
 
Small Business Set-Aside
Total Small Business
 
Description
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All vendors shall be registered at www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). II. This solicitation is issued as a request for quotation (RFQ); submit written quotes on RFQ number VA246-17-Q-1478. This solicitation is a Brand Name Only request for Karl Storz Hopkins II Endoscopic Telescope and related accessories, to be delivered to the Department of Veterans Affairs Medical Centers (VAMC) at Charlotte and Kernersville, North Carolina, which meets the requirements within this solicitation. All equipment shall be new and under warranty. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. IV. This solicitation is set-aside 100% for Small Business (SB) concerns. The North American Industry Classification System Code is 334510 and the size standard is 1,250 employees. V. This combined solicitation/synopsis is for procurement of the Brand Name commercial supplies indicated below. The salient characteristics applied to this procurement are: Brand Name product, no substitutions (see redacted Justification). Requirements: Manufacturer warranty 3 years on telescopes/ Manufacturer warranty 1 year on light cable Request delivery: within 7 days after receipt of order Deliver to: Charlotte Health Care Center (HCC)                                  3506 W. Tyvola Road     ATTN: Surgical Department                                                              Charlotte, NC 28208 Products Requested: Karl Storz brand Hopkins II telescopic equipment for: (0208) ITEM # MPN DESCRIPTION QTY UI Total cost 1 7230AA Hopkins II   0-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 2 7230BA Hopkins II 30-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 3 7230FA Hopkins II 45-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 4 7230CA Hopkins II 70-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 5 39311AS- ZDB Container System for 4 telescopes up to 4mm x 18cm (Sterrad compatible sterilization tray f/four sinus telescopes and light cable. The kit part number is composed of the following products: 39311AS Sterrad compatible sterilization tray for four sinus telescopes and light 4 EA 6 495ND Light Cable, 3.5mm X 300cm (9.8'). The kit part number is composed of the following products: 495nd Light Cable, 3.5mm X 300cm (9.8') 4 EA Total Price       2. Deliver to Kernersville HCC                          1695 Kernersville Medical Parkway                        ATTN: Surgical Department                                                          Kernersville, NC 27284 Products Requested: Karl Storz brand Hopkins II telescopic equipment for: (0094) ITEM # MPN DESCRIPTION QTY UI Total cost 1 7230AA Hopkins II   0-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 2 7230BA Hopkins II 30-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 3 7230FA Hopkins II 45-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 4 7230CA Hopkins II 70-degree telescope; Rigid telescope/endoscope 4 mm x 18 cm; Autoclavable 4 EA 5 KSZ-39311AS Container System for 4 telescopes up to 4mm x 18cm (Sterrad compatible sterilization tray f/four sinus telescopes and light cable. The kit part number is composed of the following products: 39311AS Sterrad compatible sterilization tray for four sinus telescopes and light 4 EA 6 495ND Light Cable, 3.5mm X 300cm (9.8'). The kit part number is composed of the following products: 495nd Light Cable, 3.5mm X 300cm (9.8') 4 EA Total cost VI. Required delivery within 7 days of award. DELIVERY SHALL BE F.O.B. DESTINATION; estimate your freight charges and incorporate any into your equipment pricing at time of quote, as no after-delivery freight charges will be paid. NOTE: TWO (2) DELIVERY LOCATIONS IN THE SCHEDULE ABOVE. Unique obligation numbers for invoices will be issued for each location. VII. FAR provision 52.212-1, Instructions to Vendors -- Commercial Items (JAN 2017), applies to this acquisition. VIII. The Government intends to award a firm, fixed priced contract to the responsible vendor whose quote, conforming to the requirements in this request for quote, will be most advantageous to the Government. A Lowest Price, Technically Acceptable award will be made based on the evaluation of technical experts. Technical acceptability shall be evaluated on a pass/fail basis considering whether the proposed product meets the salient characteristics noted above. IX. The vendor must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with its quote. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certifications electronically at http://sam.gov. X. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10; 52.209-6; 52.219-6 Alt I; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-3 Alternate I; 52.225-13; 52.232-34. XII. The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008). XIII. The following VAAR provisions apply to this acquisition: 852.273-70 Late Offers (JAN 2003). XIV. Quotes are required to be received by the Contracting Officer electronically via email no later than 12:00 P.M. EST on July 11, 2017; all quotes shall be emailed to Donald.Blackwell@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file. A.1 APPROVED JUSTIFICATION FOR BRAND NAME ONLY JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD ($3.5K) 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 Justification when completed can be used to document single source awards IAW FAR13.106-3(b)(3). 1. ACQUISITION PLAN ACTION ID: VA246-17-AP-10840 A. PROJECT/TASK No.: N/A B. ESTIMATED AMOUNT: REDACTED 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Request for Brand Name Only Hopkins II endoscopic telescopes to be used in surgical cases at VA Medical Centers, located in Charlotte and Kernersville, North Carolina. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: VAMC Salisbury currently has two different brands of sinus scopes nearing end of practical life (R. Wolf and Storz). These scopes are not interchangeable, and require different light cords and accessories. Having both types of scopes produces problems as it requires extra equipment and additional Biomedical Engineering repair capabilities. This Brand Name request for compatible Storz equipment will standardize surgical equipment at the Medical Center, allowing equipment and accessories to be interchangeable which in turn, simplifies surgical preparations. The most important reason for replacement of the R. Wolf scope is age of the equipment (over 10 years old); it is currently producing weaker light and blurrier images, negatively impacting patient care. Additionally, the equipment requires frequent repairs which are no longer cost effective. VAMC Salem is supplementing existing equipment. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Market research included internet searches and historical procurements for the same or similar product. One Service-Disabled Veteran-Owned Small Business (SDVOSB) and one Small Business have been identified who may meet the requirement. A Brand-Name Only solicitation, set-aside 100% for Small Businesses (SB) is planned with award anticipated as a firm-fixed priced purchase order to the lowest technical price acceptable (LPTA) offeror, under FAR Part 13 simplified procedures. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Prepared by: REDACTED DONALD BLACKWELL Contracting Officer, NCO 6 Approved by: REDACTED MARCHELLE PEYTON Branch Chief, Medical Services NCO-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q1478/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-Q-1478 VA246-17-Q-1478.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3640781&FileName=VA246-17-Q-1478-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3640781&FileName=VA246-17-Q-1478-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04568920-W 20170708/170706234843-2d634af126f9a9b7dfad471d6f486a54 (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.