SPECIAL NOTICE
65 -- Notice of Intent to Sole Source: Hysteroscopy Set - Beckley VA Medical Center
- Notice Date
- 9/6/2023 1:58:34 PM
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24523Q1173
- Response Due
- 9/8/2023 2:00:00 PM
- Archive Date
- 10/08/2023
- Point of Contact
- Johao Stewart, Contract Specialist, Phone: Email Only
- E-Mail Address
-
johao.stewart@va.gov
(johao.stewart@va.gov)
- Awardee
- null
- Description
- Veterans Affairs Network Contracting Office 5 (NCO 5) intends to negotiate on a single source basis with DGA Medical, LLC, utilizing an open market Service Disabled Owned Small Business (SDVOSB) set-aside procurement tool for a Firm Fixed-Price (FFP) contract. The purpose for this FFP contract is to establish a purchase order that will be intended for use in visualizing the uterine cavity and performing operative hysteroscopy procedures. The requirement shall include compatibility with the current Hologic, Inc. equipment utilized equipment at the Beckley VA Medical Center. The NAICS code for this contract action is 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing (SBA Size Standard: 1250 Employees). The Product Service Code for this action is 6515 - Medical and Surgical Instruments, Equipment, and Supplies. Based on market research, The Department of Veterans Affairs has deemed that the items for the requirement that will be procured will need to be manufactured by Hologic, Inc. It is in the best interest to procure Hologic, Inc. due to the requirement needing to be compatible with existing Hologic, Inc. items currently utilized at the Beckley VA Medical Center. Acquiring Hologic, Inc. products offers the opportunity to procure the requirement without the Veteran s Health Administration experiencing substantial duplication of cost related to warranties, repairs, maintenance, etc. to new and existing equipment that could not be expected to be recovered through competition. Ensuring that the Hologic, Inc. products are being utilized decreases the risk of human error which could result delays in taking care of veterans patients. The physician that will be utilizing this requirement has been trained on its operation and is experienced with all of its functions. DGA Medical, LLC is a certified service-disabled veteran-owned small business (SDVOSB) listed in the SBA certification database that has been deemed responsible source, that is an authorized distributors of Hologic, Inc OEM products. It is recommended that the requirement be procured via an open market SDVOSB single source acquisition, utilizing authority found in 38 U.S.C. 8127(b). This notice of intent is not a request for quotations; Interested parties may express their interest by providing a capabilities statement no later than Friday, September 8, 2023 at 5:00 pm ET. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required equipment. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 36C24523Q1173 Notice of Intent. If by September 8, 2023 no viable responses have been received in response to this announcement, Dept of VA shall negotiate solely with DGA Medical, LLC. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. 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, Johao Stewart by email at johao.stewart@va.gov. The capability documentation should include general information and specific technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing service support for the Hologic, Inc manufactured equipment, as well as an authorized distributor letter from Hologic, Inc should be submitted if you are not the manufacturer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f329e156343f4787a0315f6353ab81b2/view)
- Record
- SN06819814-F 20230908/230906230102 (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 |