SOLICITATION NOTICE
65 -- CVX-300 Excimer Laser System Sole Source Notice
- Notice Date
- 8/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
- ZIP Code
- 55417
- Solicitation Number
- VA-263-07-RQ-0136
- Response Due
- 8/17/2007
- Archive Date
- 10/16/2007
- Small Business Set-Aside
- N/A
- Description
- (i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with Spectranetics of Colorado Springs, CO for a CVX -300 Excimer Laser System. The Government believes that Spectranetics is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-07-RQ-0136 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 423450 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of ten line items: Line Item 0001: CVX-300 Excimer Laser System Model Gen 4.0. Qty: 1. Line Item 0002: 12F laser sheaths, product no. 500-001, Qty: 3 Line Item 0003: 14F laser sheaths, product no. 500-012 Qty: 3 Line Item 0004: 16F laser sheaths, product no. 500-013 Qty: 3 Line Item 0005: LLD #1 product no. 518-018 Qty: 1 Line Item 0006 LLD #2 product no. 518-019 Qty: 2. Line Item 0007: LLD #3, product no. 518-020 Qty:1 Line Item 0008: LLD E, product no. 518-039 Qty: 2 Line Item 0009: Lead Cutter, product no. 518-024 Qty 3 Line Item 0010: Accessory Kit product no. 518-027 Qty: 3 (vi) The Excimer Laser System will be used for use in minimally invasive interventional procedures within the cardiovascular system, including peripheral atherectomy, coronary atherectomy and the removal of problematic pacemaker and defibrillator cardiac leads. The system should possess the following characteristics (a) system must be US FDA approved (b) active medium XeCI, pulsed laser system, (c) wavelength 308nm, (d) pulse width 125nS - 200 nS, FWHM, (e) minimum 3 month gas shelf life, (f) following computer controlled features: (1) automatic catheter recognition (2) automated calibration (3) automated energy management (4) adjustable energy and repetition rate without removing the catheter from the patient (5) automatic service lamp illumination approx 2 weeks before required service, (g) catheter output fluence 30-60 mJ/mm; (h) maximum repetition rate 40 pps, (i) warm up time 5 minutes; (j) power requirements 208 VAC, 50/60HZ, Single Phase, 20 amp, (k) small compact mobile unit (vii) Delivery and acceptance of deliverables will be FOB origin within 90 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-28 Post Award Small Busines Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE FRIDAY AUGUST 17, 2007, by 3:30 p.m. central standard time. (xvii) Submit faxed quotation to - Ken Eshom, at (612) 467-2072 with signed original forwarded by mail to: Ken Eshom, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Ken Eshom at 612-467-2176 for more information regarding this solicitation.
- Record
- SN01370629-W 20070815/070813220618 (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 |