Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2014 FBO #4527
DOCUMENT

J -- 691-14-3-208-0094 : VOLCANO s5i IVUS PM: BASE + OY Intent to award to a single source IAW with FAR Part 13 - Attachment

Notice Date
4/15/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26214Q0650
 
Archive Date
4/30/2014
 
Point of Contact
Tue Minh Tran, Contract Specialist
 
E-Mail Address
st
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Office 22, is issuing this special notice to inform industry contractors of the intent to execute a Single Source award as prescribed in FAR 13.106-1(b)(i) with Volcano Corporation, 2870 Kilgore Road, Rancho Cordova, CA 95670 Prior to soliciting, market research was conducted and concluded that Volcano Corporation is the OEM manufacturer and holds exclusive rights and proprietary data to the s5i IVUS system. Volcano Corporation provides all services in house and does not authorize and/or certify any other entity to perform these services. In accordance with FAR Part 13, specifically Subpart 13.106-1(b)(i), there is only one (1) responsible source and no other services will satisfy agency requirements. This requirement is to provide one (1) year and up to four (4) option years of Full Protection Service Agreement for the Government owned s5i IVUS system, S/N: 06802445001. The proposed period of performance will be from 5/1/2014 through 4/30/2019. The Full Protection Service Agreement will include the following: I.Phone and email support from certified Volcano Engineers during normal business hours between 6:00 AM - 5:00 PM. II.If required, will provide on-site repair of the s5i IVUS System within two (2) business days. III.Parts, labor, and travel will be all inclusive of the Full Protection Service Agreement. All parts shall be OEM only, no alternative or substitute part(s) is allowed. IV.One (1) full preventative maintenance will be warranted during each one (1) year term. The full maintenance will consist of a full diagnostic check, functional test of main unit and accessories, and to certify the unit for clinical use. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR part 13. This will be a Firm Fixed Price (FFP) award and an anticipated award date is set for May 1, 2014. The place of performance is as follows: VA Greater Los Angeles, 11301 Wilshire Blvd, Los Angeles, CA 90073. The North American Industry Classification System (NAICS) for this requirement is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration size standard for this sector is $19,000,000. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. Interested parties may identify their interest and capabilities no later than 1:00 p.m. Pacific Standard Time on April 21, 2014. Interested shall e-mail all statements, quote, and capabilities; the senders bear full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be addressed in writing via e-mail to tue.tran@va.gov with solicitation number VA262-14-Q-0650 referenced in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q0650/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-14-Q-0650 VA262-14-Q-0650.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1308234&FileName=VA262-14-Q-0650-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1308234&FileName=VA262-14-Q-0650-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03339521-W 20140417/140415235414-3752a9248ba90f427e76ef963fd3d1b9 (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.