DOCUMENT
66 -- Sole Source Notification SCIREQ FlexiVent System for Charleston VAMC - Attachment
- Notice Date
- 8/31/2017
- Notice Type
- Attachment
- NAICS
- #334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- VA24717Q1022
- Archive Date
- 9/5/2017
- Point of Contact
- Judy A. Gachette
- E-Mail Address
-
judy.gachette@va.gov
(judy.gachette@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office 7, hereby provides notice of its intent to award a sole-source, firm fixed price purchase order to SCIREQ Scientific Respiratory Equipment, Inc., 6600 St. Urbain Street, Suite 300, Montreal, Quebec, H2S 3G8, Canada. Funding will be less the $50,000.00. SCIREQ is a large business and the manufacturer and sole provider of the FlexiVent System which meets the need of the end user. The purchase order will be awarded under FAR Part 13. S Justification and Authority has been prepared. The NAICS and Size Standard is 334516 (Analytical Laboratory Instrument Manufacturing), 1000 employees. The PSC Code is 6640 (Lab Equipment and Supplies). The acquisition of the SCIREQ flexiVent System is required to fulfill existing needs of the Research and Development Department of VAMC Charleston, South Carolina. The flexiVent system is highly specialized small animal pulmonary function testing equipment. It is used for pre-clinical pulmonary function testing for studies of asthma and airway hyper-responsiveness, drug development, phenotyping and genetic studies, chronic obstructive pulmonary diseases studies and various other pulmonary diseases. The SCIREQ flexiVent is the only system that offers forced oscillation techniques for pulmonary function testing in pre-clinical studies involving small animals. In addition, the flexiVent is the only known system to offer this technique in combination with both static and dynamic mechanics measurements and recruitment maneuvers in a single system as well as both resistance and compliance measurements and forced expiratory measurements in a single system as well as real-time pressure and volume controlled maneuvers. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer; however, only the equipment meeting the Department of Veterans Affairs requirements will be considered for award. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine that a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Information concerning SAM registered requirements may be viewed via the Internet at https://www.uscontractorregistration.com/ by calling the SAM Registration Center at 1-877-332-8277. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist by email at Judy.Gachette@va.gov no later than September 5, 2017. The capability documentation should include general information and technical background describing in detail the prospective contractor s capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24717Q1022/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-Q-1022 VA247-17-Q-1022_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3769595&FileName=VA247-17-Q-1022-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3769595&FileName=VA247-17-Q-1022-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04657517-W 20170902/170831233928-374bed74205efb58a7040b8ad08d955d (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 |