Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2014 FBO #4773
DOCUMENT

65 -- Lumenis Holmium Laser - Attachment

Notice Date
12/17/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25115Q0100
 
Response Due
12/19/2014
 
Archive Date
3/28/2015
 
Point of Contact
Robert Kay
 
E-Mail Address
5-5591<br
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-VA251-15-Q-0100_1 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. No telephone requests will be accepted. Only written, faxed or email requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 734-845-3268, ATTN: Robert Kay, email, robert.kay@va.gov. The North American Industry Classification System (NAICS) number is 339112 and the business size standard is 500 employees. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The Contractor shall provide 1 ea New Lumenis Inc. Brand Pulse 120 laser. Lumenis Pulse 120H Pulsed holmium laser at 2,100 nm at an operation range of 5 to 80 Hz, and 0.2-6.0 joules for a total power of up to 120 Watts. Fiberoptic port that accepts flexible SIS fiber delivery systems designed for urology, lithotripsy, gastroenterology, pulmonology, orthopedics, general surgery and other surgical procedures. Includes:* Green aiming beam with adjustable intensity and blinking mode * Color touch screen with an advanced user interface to allows for easy adjustment of all laser settings and includes presets, reports and additional advanced functions.* Dual Foot Pedal capable of lasing in 2 predefined laser settings and a Ready/Standby toggle button * 1ea Fiber support arm * 2ea spare Debris Shields (in the storage compartment at the back of the system) * 3ea pair of safety glasses *1ea Operator manual CD * 1 ea Laser safety signage. In-hospital laser training program for the O.R. nursing staff by a Lumenis Regional Education Manager. One year Warranty on Parts, Labor, and Travel from the date of installation. Delivery by December 30, 2014. Deliver to VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105. Deliveries made during normal working hours 8:00AM to 3:30PM except for Federal Holdiays. TOTAL PRICE $____________. FOB destination. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply:, 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. To be technically acceptable the item shall meet the Government's exact specifications. Basis for award will be lowest price. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the offer. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 3,5,10,16,17,18,19,20,23,24,31,32,35,36,40,54. The following additional clauses apply: 52.228-5 Insurance work on government installation. SAM Clause: Attention: You must be registered in the System for Award Management (SAM) to be considered for award. FAR 52.204-7, System for Award Management (July 2013) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the SAM database. (C) Lack of registration in the database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at www.fsd.gov. FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.203-70, Commercial Advertising, 852.211-70, Service Data Manual, 852.215-71 Evaluation factors, 852.232-72, Electronic Submission of Payment, 852.237-70 Contractor Responsibilities 852.246-71 Inspection. Upon request, the contracting officer will make their full text available. Offers are to be received at the Network 11 Contracting Office, PO Box 492, Ann Arbor, MI 48106, no later than 3:00 P.M. eastern standard time on December 19, 2014 or via email at robert.kay@va.gov. Contact Robert Kay, Contract Specialist, via e-mail at robert.kay@va.gov, phone 734-845-5591 or FAX 734-845-3268. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) 1.Contracting Activity: Department of Veterans Affairs, VISN 11, VA Ann Arbor Medical Center, Network 11 Contracting, 506-15-1-118-0035 2.Nature and/or Description of the Action Being Processed: Brand Name Justification for Purchase of a Lumenis Pulse 120H 120 Watt Holmium laser and related equipment for Urology surgery and procedures. Firm Fixed Price Contract, IGCE $155,000.00. Delivery by 12/30/2014. FAR13.5 Test Program: This procurement is for (120 Watt Holmium Laser) in accordance with FAR 13.5 Test Program for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. 3.Description of Supplies/Services Required to Meet the Agency's Needs: Lumenis Inc. 120 H Pulsed Holmium Laser, related equipment, training, one year warranty on parts, labor. 4.Statutory Authority Permitting Other than Full and Open Competition: (X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; Brand Name Justification ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; FAR13.5 Test Program: The authority for applying the Commercial Test Program of FAR 13.5 is (Section 4202 of the Clinger-Cohen Act of 1996) and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Unique characteristics of the Lumenis Pulse 120H Holmium Laser: The laser is the only Food and Drug Administration (FDA) approved 120 Watt Holmium laser currently available in the commercial market. The system is the only available technology that can provide the surgeon with 120 Watts of power in a Holmium laser, giving surgeons the capability to conduct safer, faster and more effective procedures in an effort to reduce waiting times for Veterans, active duty warfighters and their families. When treating stones, this laser has unique settings available of.2J and 80 hz. It outperforms lower wattage systems with limited ranges of use. For stones, this results in the ability to eliminate complete stone burden in one setting in the kidney, ureter or bladder. Furthermore, the laser lowers the stress for physicians by enabling the dramatic simplification of procedures with minimal bleeding and increased control to avoid thermal injury. The laser utilizes a foot pedal capable of 2 settings without technician assistance intraoperatively for both stone and BPH cases. No other holmium laser has this capability giving the surgeon full control and freeing up a nurse in the operating room from having to run the laser during the procedure. The laser incorporates a platform to conduct percutaneous lithotripsy. This is an upgradeable platform as we are awaiting release of the disposable component. No other holmium laser on the market has this capability 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: This procurement will be competed using a synopsis/solicitation posted to FBO. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Competition among offerors should provide the price will be fair and reasonable. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: A market study was conducted of lasers offered open market and on GSA, these ranged from 30 to 80 watts in power and did not provide the increased safety, efficacy and patient outcomes that the Lumenis Pulse 120H 120 watt laser offers. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Technical Communities and New River Systems Corporation. 11.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: Should another requisition of this nature reoccur, we would undertake a new market survey. 12.Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ NameDate Title Facility 13.Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP. a.Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ NameDate Title Facility b.Director of Contracting /Designee (Required $150K and above): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ NameDate NCO/PCO XX Director of Contracting or Designee Facility
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25115Q0100/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-15-Q-0100 VA251-15-Q-0100_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1779146&FileName=VA251-15-Q-0100-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1779146&FileName=VA251-15-Q-0100-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Ann Arbor Medical Center;2215 Fuller Road;Ann Arbor, MI 48198
Zip Code: 48105
 
Record
SN03598399-W 20141219/141217234336-482a98689e5bf1baf7ccc913985d059f (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.