The Department of Veterans Affairs, Network Contracting Office 22, is issuing this special notice to inform industry contractors of the intent to execute a Single Source award as prescribed in FAR 13.106-1(b)(i) with Stryker Endoscopy, 5900 Optical Court San Jose, CA 95138.
Prior to soliciting, market research was conducted and concluded that Stryker Endoscopy, is the only entity that holds exclusive rights and proprietary data to the Stryker Endoscopy, Instrumentation, and Communication. Stryker Endoscopy provides all services in house and does not authorize and/or certify any other entity to perform these services. In accordance with FAR Part 13, specifically Subpart 13.106-1(b)(i), there is only one (1) responsible source and no other services will satisfy agency requirements. This requirement is to provide a one (1) year of ProCare Service Agreement. The proposed period of performance will be from 10/01/2015 through 09/30/2016. The ProCare Service Agreement will include the following:
a. On-Site Technician: On-site technician will be provided for equipment service and support.
b. Preventative Maintenance: PM service will be included and scheduled with Biomedical Engineering. The PM's shall be conducted following manufacturer specified procedure. All costs for preventative maintenance parts are included. Parts provided must be the original manufacturer parts. Service Engineers will also recalibrate Equipment to ensure it conforms to Stryker performance specifications.
c. On-site repair service: including the cost of parts, travel and labor (During normal working hours 7:30am-4pm Pacific Time, Monday-Friday). Contractor shall provide service within 48 hours of initial on-site repair request.
d. Technical support: Unlimited technical support is included Monday-Friday 6:00am-5:00pm Pacific Time.
e. Updates: All software and hardware maintenance is included
f. Loaner: Provide loaner equipment for extended repairs, based upon availability
The Service Agreement will cover the following list of equipment:
Item No. Part No. Description Quantity
1 240050988 SDC Ultra Capture Device 13
2 1288010000 1288 HD 3 Chipî Camera Control Unit 8
3 620040610 PneumoSureî Xl 8
4 1288210122 1288 HD 3 Chipî Camera Head and 20mm Coupler 15
5 220210000 L9000 LED Light Source 8
6 240030960 26" Vision Electî HDTV Surgical Viewing Monitor 10
7 5400050000 CORE Console 11
8 475000000 Crossfire Console 7
9 268000100 IDEAL EYESî Flexible Control Unit (10mm/5mm Compatible) 7
10 240030970 WiSeâ⢠26" HDTV Surgical Display 2
11 240080230 SDP1000 Digital Printer 13
12 502539030 5.0mm 30ú IDEAL EYES Autoclavable, Full Screen 3
13 502539010 5.0mm 0ú IDEAL EYES Autoclavable, Full Screen, 30cm 5
14 502539045 5.0mm 45ú IDEAL EYES Autoclavable, Full Screen 2
15 502859010 10.0mm 0ú IDEAL EYES Autoclavable, Full Screen (33cm) 7
16 502859030 10.0mm 30ú IDEAL EYES Autoclavable, Full Screen (33cm) 4
17 502859045 10.0mm 45ú IDEAL EYES Autoclavable, Full Screen (33cm) 2
18 502704030 IDEAL EYESâ⢠4.0mm 30ú Autoclavable Arthroscope C-Mount 6
19 502627030 IDEAL EYESâ⢠2.7mm 30ú Autoclavable Stubby Arthroscope with J-Lock, C-Mount 3
20 B&L 41
21 ORIS 12
22 ORIS 2
23 SuiteStream 9
This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR part 13. The place of performance is as follows: VA Southern Nevada Healthcare System 6900 North Pecos Road, North Las Vegas, NV 89086. The anticipated award date is October 01, 2015. The North American Industry Classification System (NAICS) for this requirement is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration size standard in millions of dollars for this sector is $20.5M. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government.
Interested parties may identify their interest and capabilities no later than 3:30 p.m. Pacific Standard Time on September 24, 2015. Interested parties shall e-mail all statements, quote, and capabilities; the senders bear full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be addressed in writing via e-mail to
[email protected].
Bid Protests Not Available