Ohio Bids > Bid Detail

6515--Navigator Control Unit Surgery Columbus Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159572507261251
Posted Date: Jan 17, 2023
Due Date: Jan 20, 2023
Solicitation No: 36C25023Q0238
Source: https://sam.gov/opp/98fe2181ab...
Follow
6515--Navigator Control Unit Surgery Columbus Equipment
Active
Contract Opportunity
Notice ID
36C25023Q0238
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 17, 2023 06:03 pm EST
  • Original Date Offers Due: Jan 20, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Chalmers P. Wylie VA Ambulatory Care Center 420 N. James Road , OH 43219
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The Government reserves the right to make no award from this solicitation. Â
This is a request for quote (RFQ), and the solicitation number is 36C25023Q0238. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2023-01, effective 12/30/2022. The associated NAICS Code is 339112, Surgical and Medical Instrument Manufacturing. Â
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Columbus VA Ambulatory Care Center the Navigator 2.0 Control Unit and associated accessories to support the facilities Surgery Service. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only Dilon Technologies can satisfy this requirement.
Â
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than January 20,  2022, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.Â
STATEMENT OF WORK (SOW)
Contract Number:

Task Order Number:

IFCAP Tracking Number:
757-23-1-096-0067
Follow-on to Contract and Task Order Number:
PROGRAM REQUESTOR/MANAGER).
Name:
Emily Sizemore
Section:
HTM (Healthcare Technology Management)
Address:
420 North James Rd, Columbus, OH 43219
Phone Number:
(614) 388-7922
Fax Number:

E-Mail Address:
Emily.Sizemore@va.gov

2. Contract Title. Acquisition of Navigator 2.0
3. Background. Surgery currently has an RMD navigator that has reached the end of its life expectancy. The newest model is the Navigator 2.0.
4. Scope. Vendor shall provide the items listed in the quote.
5. Specific Tasks.
Provide the items listed in the quote
Navigator 2.0 control unit
Navigator 2.0 rolling stand
Navigator 2.0 pole clamp
Standard lymphatic mapping probe
Flexible probe cable assembly
Sterilization tray
6. Performance Monitoring NA
7. Security Requirements NA
8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) NA
9. Other Pertinent Information or Special Considerations NA
10. Risk Control NA
11. Place of Performance.
All work will be performed at the Columbus VA, 420 N James Rd, Columbus, Ohio 43219
12. Period of Performance. ONE TIME PUCHASE
13. Delivery Schedule. As Soon As Possible

The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th
The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
$
$

PART NUMBER N2-9800-00 NAVIGATOR 2.0 CONTROL UNIT
LOCAL STOCK NUMBER: N2-9800-00

Funding/Req. Number: 1

757-23-1-096-0067
0002

2.00
EA
$
$

PART NUMBER SP-2A14-67 STANDARD LYMPHATIC MAPPING PROBE (CABLED,14MM TIP, ANGLED)
LOCAL STOCK NUMBER: SP-2A14-67

Funding/Req. Number: 1

757-23-1-096-0067
0003

2.00
EA
$
$

PART NUMBER GP-4001-00 FLEXIBLE PROBE CABLE ASSY
LOCAL STOCK NUMBER: GP-4001-00

Funding/Req. Number: 1

757-23-1-096-0067
0004

2.00
EA
$
$

PART NUMBER SP-9000-TR STERILIZATION TRAY, CABLED PROBE (ALL SIZES)
LOCAL STOCK NUMBER: SP-9000-TR

Funding/Req. Number: 1

757-23-1-096-0067
0005

1.00
EA
$
$

PART NUMBER 108-00001 NAVIGATOR 2.0 ROLLING STAND
LOCAL STOCK NUMBER: 108-00001

Funding/Req. Number: 1

757-23-1-096-0067
0006

1.00
EA
$4
$4

PART NUMBER N2-8800-00 NAVIGATOR 2.0 POLE CLAMP
LOCAL STOCK NUMBER: N2-8800-00

Funding/Req. Number: 1

757-23-1-096-0067


GRAND TOTAL
$
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1
VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021
The following subparagraphs of FAR 52.212-5 are applicable:
[52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.]
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than January 20, 2022 by 5:00 PM EST to gina.crank@va.gov
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov

DEPARTMENT OF VETERANS AFFAIRS

Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)

Acquisition Plan Action ID: 36C250-23-AP-1190

Contracting Activity: Department of Veterans Affairs, VISN 10, Chalmers P. Wylie VAACC, 420 North James Road, Columbus, Ohio 43219. Transaction #757-23-1-096-0067

Brief Description of Supplies/ Services required and the intended use/Estimated Amount:
The Navigator 2.0 Control unit, and mapping probe system is used in radio-guided surgical procedures, primarily for tumor localization. Radio-guided surgical techniques using radiopharmaceuticals to locate several different tumor sites have been effective in the localization of other diseases, such as parathyroid adenomas, lymphatic breast cancer and recurrent cancer. All Stainless-steel probes, designed for sterilization, with the choice of wireless or cabled probes. The sterilization trays allow the Navigator Gamma Probes to be sterilized following preparation and cleaning indications. Dilon Technologies, Inc. is the only manufacturer and sole provider of the Navigator 2.0 surgical gamma probe system and its related accessories.
Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used:
Dilon Technologies, Inc. is the only manufacturer and sole provider of the Navigator 2.0 surgical gamma probe system and its related accessories. There are no certified resellers of the Navigator product line. Any other entity promoting and/or providing the Navigator system in the state of Ohio is not approved by Dilon Technologies, Inc.
Description of market research conducted and results or statement why it was not conducted:
VIP search using NAICS resulted 405 SD/VOSBs adding key words resulted 46 SD/VOSBs, however the OEM states there are no Authorized Distributors for this area. The VA Rule of two is Unattainable. Searched the NAC, GSA and the Internet which resulted Minogue Medical stating they are the only authorized distributor however as mentioned the OEM, Dilon, says there are no authorized distributors in this area. This requirement will be posted on SAM/Contract Opportunities as a Sole Source to the OEM.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.

____________________________ ________________________
Gina P. Crank Date
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 17, 2023 06:03 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >