(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83C/84.
(iii) The solicitation number is: VA259-16-Q-0195, and it is issued as a request for quotation (RFQ).
(iv) The VA is anticipating awarding up to a 5 year open market BPA in accordance with FAR 13.303 in result of this synopsis/solicitation.
(v) This solicitation is not set-aside for Small Business. NAICS: 339113.
(vi) Contract Line Items: Brand Name or Equal IAW FAR 52.211-6.
SPECIFICATIONS:
TORNADO Embolization Coil:
PART NUMBER RECOMMENDED
CATHETER ID
AND END HOLE
DIAMETER
inch EXTENDED
EMBOLUS
LENGTH
cm COILED
EMBOLUS
TAPERING
DIAMETER mm
MWCE-18S-8/4-TORNADO .018 9.5 8 - 4
MWCE-18S-10/4-TORNADO .018 14.2 10 - 4
MWCE-18S-7/3-TORNADO .018 9 7 - 3
MWCE-18S-6/2-TORNADO .018 7 6 - 2
MWCE-18S-3/2-TORNADO .018 2 3 - 2
MWCE-18S-5/2-TORNADO .018 5 5 - 2
MWCE-18S-4/2-TORNADO .018 4 4 - 2
MWCE-35-8/5-TORNADO .035 8.2 8 - 5
MWCE-35-10/5-TORNADO .035 12.5 10 - 5
MWCE-35-6/3-TORNADO .035 5.8 6 - 3
MWCE-35-7/3-TORNADO .035 8 7 - 3
MREYE Embolization Coil:
PART NUMBER RECOMMENDED
CATHETER ID
AND END HOLE
DIAMETER
inch EXTENDED
EMBOLUS
LENGTH
cm COILED
EMBOLUS
TAPERING
DIAMETER mm APPROX. NO.
OF LOOPS
IMWCE-35-10-5
IMWCE-35-5-3 .035 5 3 5.3
IMWCE-35-5-8 .035 5 8 2.0
IMWCE-35-14-12 .035 14 12 3.7
NESTER Embolization Coil:
PART NUMBER RECOMMENDED
CATHETER ID
AND END HOLE
DIAMETER
inch EXTENDED
EMBOLUS
LENGTH
cm COILED
EMBOLUS
TAPERING
DIAMETER mm APPROX. NO.
OF LOOPS
MWCE-18-5-5-NESTER .018 5 5 3.2
MWCE-18-5-2-NESTER .018 5 2 8.0
MWCE-18-7-2-NESTER .018 7 2 11.1
MWCE-18-7-10-NESTER .018 7 10 2.2
MWCE-35-7-3-NESTER .035 7 3 7.4
MWCE-35-14-10-NESTER .035 14 10 4.5
MWCE-35-14-4-NESTER .035 14 4 11.1
MWCE-35-14-6-NESTER .035 14 6 7.4
MWCE-35-14-8-NESTER .035 14 8 5.6
MWCE-35-7-10-NESTER .035 7 10 2.2
ADVANCE 18/35 LP Low-Profile PTA Balloon Dilatation Catheter:
PART NUMBER ACCEPTS WIRE
GUIDE DIAMETER
inch INFLATED
BALLOON
DIAMETER
inch BALLOON
LENGTH
cm COMPATIBLE
SHEATH
Fr RATED
BURST
PRESSURE
atm
PTA4-18-150-3-4 .018 3 4 4.0 14
PTA4-18-150-3-6 .018 3 6 4.0 14
PTA4-18-150-4-4 .018 4 4 4.0 14
PTA4-18-150-4-8 .018 4 8 4.0 14
PTA4-18-80-4-4 .018 4 4 4.0 14
PTA4-18-80-4-8 .018 4 8 4.0 14
PTA5-35-80-4-8.0 .035 4 8 5.0 15
PTA5-35-80-5-12.0 .035 5 12 5.0 15
PTA5-35-80-6-10.0 .035 6 10 5.0 15
PTA5-35-80-6-14.0 .035 6 17 6.0 15
PTA5-35-80-7-10.0 .035 7 10 6.0 12
PTA5-35-80-7-17.0 .035 7 17 6.0 12
PTA5-35-80-8-10.0 .035 8 10 6.0 11
PTA5-35-135-5-12.0 .035 5 12 5.0 15
PTA5-35-135-6-14.0 .035 6 14 5.0 15
PTA5-35-135-7-4.0 .035 7 4 5.0 12
PTA5-35-135-7-10.0 .035 7 10 6.0 12
PTA5-35-135-7-17.0 .035 7 17 6.0 12
PTA5-35-135-12-4.0 .035 12 4 7.0 8
Low profile, flexible tip, rapid inflation and fast balloon deflation.
(vii) Description of requirements for the items to be acquired: The George E. Wahlen VA Salt Lake City Health Care System is anticipating a single award 5 year BPA for the above items.
(1) Description: The supplier shall furnish the required supplies (listed above) if and when requested by the contracting officer (or the authorized representative of the contracting officer) for the duration of the BPA, which is 5 years from the date of award.
(2) Extent: The Government is obligated only to the extent of authorized purchases actually made under the BPA.
(3) Purchase limitation: The dollar limitation for each individual order: $150,000.00. All orders $3,500.00 and under will be placed via Government Purchase Card (GPC). All orders over $3,500.00 will be issued via a Purchase Order from a warranted Contracting Officer from Network Contract Office 19 (NCO 19).
(4) Individuals authorized to purchase under the BPA: The logistics team at the Salt Lake City VA Medical Center is authorized to place orders up to $3,500.00. All orders over $3,500.00 will be issued via a Purchase Order from a warranted Contracting Officer from Network Contract Office 19 (NCO 19).
(5) Delivery tickets: All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:
a. Name of supplier.
b. BPA number.
c. Date of purchase.
d. Purchase number.
e. Itemized list of supplies furnished.
f. Quantity, unit price, and extension of each item, less applicable discounts.
g. Date of delivery or shipment.
(6) Invoices: When billing procedures provide for an individual invoice for each delivery, these invoices shall be accumulated, provided that -
a. A consolidated payment will be made for each specified period; and
b. The period of any discounts will commence on the final date of the billing period or on the date of receipt of invoices for all deliveries accepted during the billing period, whichever is later.
(viii) Date and place of delivery (FOB Destination):
Delivery shall be within 30 days ARO.
Salt Lake City VAMC
500 Foothill Drive
Salt Lake City, UT 84148-0001
(ix) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.
(x) The provision at 52.212-2, Evaluation - Commercial Items, does not apply to this acquisition. Award will be made based on Lowest Price Technically Acceptable (LPTA).
(xi) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer.
(xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
(xiii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition.
(xiv) Any additional contract requirements or terms and conditions: 52.211-6, 52.232-40, 52.247-34, 852.203-70, 852.236-90, 852.232-72. All Contractors MUST be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/
(xv) The Defense Priorities and Allocations System (DPAS) does not apply.
(xvi) Date and Time offers are due: 2-17-2016 @1700 Mountain Time.
(xvii) Use attached (below) form for pricing.
(xviii) Name and telephone number of the individual to contact for information regarding the solicitation:
Brooke Barker
Contract Specialist
Department of Veterans Affairs, NCO-19
307-433-3768
Brooke.barker@va.gov
PRICING:
LINE ITEM PART NUMBER EST. YEARLY USAGE UNIT PRICE
TORNADO Embolization Coil:
0001 MWCE-18S-8/4-TORNADO G09215 10
0002 MWCE-18S-10/4-TORNADO G09217 10
0003 MWCE-18S-7/3-TORNADO G09218 20
0004 MWCE-18S-6/2-TORNADO G08259 6
0005 MWCE-18S-3/2-TORNADO G08261 17
0006 MWCE-18S-5/2-TORNADO G08356 11
0007 MWCE-18S-4/2-TORNADO G08357 11
0008 MWCE-35-8/5-TORNADO G10412 12
0009 MWCE-35-10/5-TORNADO G10413 9
0010 MWCE-35-6/3-TORNADO G10416 17
0011 MWCE-35-7/3-TORNADO G10417 15
LINE ITEM PART NUMBER EST. YEARLY USAGE UNIT PRICE
MREYE Embolization Coil:
0012 IMWCE-35-10-5 G19956 13
0013 IMWCE-35-5-3 G42419 15
0014 IMWCE-35-5-8 G42423 8
0015 IMWCE-35-14-12 G47890 13
LINE ITEM PART NUMBER EST. YEARLY USAGE UNIT PRICE
NESTER Embolization Coil:
0016 MWCE-18-5-5-NESTER G23520 17
0017 MWCE-18-5-2-NESTER G52733 17
0018 MWCE-18-7-2-NESTER G52735 17
0019 MWCE-18-7-10-NESTER G52741 16
0020 MWCE-35-7-3-NESTER G23523 15
0021 MWCE-35-14-10-NESTER G26991 6
0022 MWCE-35-14-4-NESTER G26993 4
0023 MWCE-35-14-6-NESTER G26994 4
0024 MWCE-35-14-8-NESTER G26995 12
0025 MWCE-35-7-10-NESTER G52745 5
LINE ITEM PART NUMBER EST. YEARLY USAGE UNIT PRICE
ADVANCE Low-Profile PTA Balloon Dilatation Catheter:
0026 PTA4-18-150-3-4 G34319 4
0027 PTA4-18-150-3-6 G34320 4
0028 PTA4-18-150-4-4 G34324 4
0029 PTA4-18-150-4-8 G34326 4
0030 PTA4-18-80-4-4 G50227 4
0031 PTA4-18-80-4-8 G50231 4
0032 PTA5-35-80-4-8.0 G52333 4
0033 PTA5-35-80-5-12.0 G52342 4
0034 PTA5-35-80-6-10.0 G52348 4
0035 PTA5-35-80-6-14.0 G52350 4
0036 PTA5-35-80-7-10.0 G52355 4
0037 PTA5-35-80-7-17.0 G34366 4
0038 PTA5-35-80-8-10.0 G52362 4
0039 PTA5-35-135-5-12.0 G52262 4
0040 PTA5-35-135-6-14.0 G52270 4
0041 PTA5-35-135-7-4.0 G52272 6
0042 PTA5-35-135-7-10.0 G52275 4
0043 PTA5-35-135-7-17.0 G35539 4
0044 PTA5-35-135-12-4.0 G52299 6
Quantities are an estimated yearly usage and are not guaranteed. Contractor is only due money for supplies ordered and received throughout the BPA. The VA is requesting pricing for these items for a five year period.
JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1
(OVER MICRO-PURCHASE THRESHOLD($3K) BUT NOT EXCEEDING THE SAT ($150K))
IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase.
1. PURCHASE REQUEST OR REQUISITION NUMBER: n/a 1A. PROJECT/TASK NUMBER: n/a 1B. ESTIMATED AMOUNT:
2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE:
The Salt Lake VAMC has a requirement for Tornado, MReye and Nester Embolization Coils and Advance Balloon Catheters. The embolization coils are used in multiple procedures relating to removing malformations and lesions. The Tornado embolization coil is used for embolization of selective vessel supply to arteriovenous malformations and other vascular lesions. Tornado embolization coils are ideally suited for tapering vessel situations. The MReye embolization coil is used in peripheral arterial and venous vessel embolization procedures. The Nester embolization coil is used for arterial and venous vessel embolization. The balloon catheters are used for percutaneous transluminal angioplasty of lesions in peripheral arteries, including the iliac, renal, popliteal, infrapopliteal, femoral and iliofemoral arteries, as well as obstructive lesions of native or synthetic arteriovenous dialysis fistulae.
3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED:
The physicians have received additional training on these specific embolization coils and balloon catheters, and have been using them exclusively. Using Cook Medical's embolization coils and balloon catheters removes the need for additional training. The physicians have used other products in the past, but have experienced increased patient safety and reduced recovery time and hospital stay.
4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES:
Cook Medical is the sole manufacturer of the Tornado, MReye and Nester embolization coils as well as the Advance balloon catheter. The Salt Lake VAMC already has the equipment to place these items in patients.
5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED:
A review of national contracts and prime vendors showed that this requirement is not available from a VA NAC contract source. A review of current WSNC BPAs as well as VISN, regional and local IDIQs did not find any vendors able to fulfill this requirement. Other sources including, AbilityOne, Federal Prison Industries (FPI) and excess stock from other agencies returned negative results. An internet search showed that these items are available via open market.
6. 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.
End of document.
Brooke Barker
brooke.barker@va.gov
Contract Specialist