SPECIAL NOTICE
65 -- 65--Olympus Bi-Polar Resectoscopes Intent to Sole Source
- Notice Date
- 11/29/2019 4:57:37 AM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24620Q0133
- Response Due
- 12/6/2019 12:30:00 PM
- Archive Date
- 12/21/2019
- Point of Contact
- Chellry Whittierchellry.whittier@va.govKimberly Pauleykim.pauley@va.gov
- E-Mail Address
-
chellry.whittier@va.gov
(chellry.whittier@va.gov)
- Awardee
- null
- Description
- VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Request for Sole Source Justification Format SAT VHAPM Part 806.302 Page 2 of 2 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR Part 6.302 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C246-20-AP-0696 Contracting Activity: Department of Veterans Affairs, VISN 06, Charles George VA Medical Center, 1100 Tunnel Road, Asheville, NC, 28805 Purchase Request No. 637-20-1-2997-0009. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This is a Sole Source Requirement for Olympus Bi-Polar Resection sets for the Urology Service. The Urology service has had an additional day added to their block time which allows for the scheduling of additional procedures, including TURPS (Trans Uretheral Resection of the Prostate Surgery) and TURBTS (Trans Uretheral Resection of Bladder Tumor Surgery). Purchasing additional Olympus Bipolar resection sets will allow for these additions to the schedule and allow Surgical Services to increasingly accommodate our Veterans. These multiple use instruments will be purchased for . This requirement shall be executed as a Sole Source under the authorities cited in Para. 4 of this document. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: CGVAMC Urology Surgeons have been using the Olympus Bi-Polar Resection sets for the past twelve (12) years. The Urology Residents from Duke are familiar with the Olympus Bipolar resection sets and continuing to provide them with this current technology will not only improve their expertise but continue to ensure the Veterans will be provided current technology for their health care and with Residents that have growing proficiency with this technology. Purchasing additional bipolar resection sets from the same company will not only provide our surgeons with the confidence of using a familiar product and eliminating education of new and different instrumentation but also for the rest of the OR staff as well as the SPS staff. Patients are assured a better outcome when operators are confident in a products performance and reliability. Sterilization and preparation practices would not change for this product, so no disruption of processing would occur. Continuity of care by using the same company also allows better patient care and outcomes as everyone is proficient with the product so new education is not required. Description of market research conducted and results or statement why it was not conducted: Research was conducted using VetBiz, FPDS, NAC, SAC, GSA, and Internet. When querying VIP search using NAICS 339112 resulted in 279 SDVOSBs and 51 VOSBs were found. However, the items needed for this procurement is proprietary to Olympus America, Inc., this brand is required by the Charles George VAMC Urology department due to this equipment is currently being used, for continuity of care and there will be NO disruption in care. Olympus America, Inc. is the OEM and has one (1) authorized distributor for this equipment, Allied Enterprises, LLC dba Allied Healthcare Products. Since the OEM has only one authorized distributor, the Rule of Two cannot be met for this acquisition. It is the recommendation of the Contracting Officer to procure this requirement from Allied Enterprises, LLC dba Allied Healthcare Products, via sole source firm fixed price order. This requirement will be executed per FAR 6.302-1 and VAAR Part 806.3 Contracting Officer's Certification: Purchase is approved in accordance with FAR Part 6.302. I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f3b8644cd10e47e2aa76af7184df1c84/view)
- Record
- SN05505286-F 20191201/191204043902 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |