Description
Page 5 of 5 Page 1 of 3 INTENT TO SOLE SOURCE The VISN 01 Network Contracting Office (NCO) 1, intends to issue a sole-source firm-fixed priced base year and two (2) renewable one-year
periods of Endoscope and Surgical/Medical Equipment Leasing and maintenance for use at the Togus VA Medical Center. This is for the acquisition of Specialty Endoscopy Scope equipment,
software, accessories, and related installation/set-up in support of Operating Rooms at the Togus, ME Veterans Affairs Medical Center 1, VA Center, Augusta ME 04330. A sole source
procurement will be issued to L1 Enterprises because they are the only SDVOSB vendor capable of fully performing the service for and authorized reseller of Karl Storz brand equipment that
is compatible with all current VA apparatuses due to the proprietary software required to integrate with the current VA hardware. This procurement is being conducted in accordance with
FAR Part 6.302-1 and 13.106-1(b)(2), "soliciting from a single source." Utilizing FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special
Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using
the format of FAR 6.303-2. 41 USC 3304(a)(5). COs may use the non-competitive (sole source) procedures authorized in VAAR 819.7007 up to $5,000,000. 819.7007 Sole source awards to a
verified service-disabled veteran-owned small business. 38 U.S. Code 8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute). L1 Enterprises is the only SDVOSB capable
of providing the same supplies and services currently utilized. To the best of our knowledge, L1 Enterprises is the only source that can provide the required equipment. KARL STORZ Scopes,
equipment and software is currently installed in the VA Togus, ME. Control of existing KARL STORZ Endoscopy equipment is essential. L1 is currently providing the Karl Storz scopes to the
VAMC Togus, ME. The NAICS code is 334510 and has a size standard of 1,250 employees for this procurement. This procurement is for the following: XUSM0015 VIDEO CART VT, 40U, W/ TANK
HOLDER SURICAL CART INITIATE-CONFIG-0 VIDEO CONFIGURATION SERVICES FEE TIER KSZ-39301BS SEALED CONTAINER SYSTEM FOR 2 TELESCOPES TO 5.5MMX35CM, STEAM/STERRAD, 18.5"X6"X3 39301LC TRAY,
STRAIGHT EYEPIECE URETEROSCOPE DM: 31.75" X 5.25" X 3" 27026DAK 19FR CYSTO-URETHROSCOPE SHEATH WITH 27026DO OBTURATOR 27025GA TELESCOPE BRIDGE WITH 1 CURVED INSTRUMENT CHANNEL 27550A-10
SEALING CAP, DIAMETER 0.8MM PK OF 10 27050SCK 26FR CONTINUOUS FLOW RESECTO SHEATH SET W/QUICK RELEASE LOCK, 27050BK SCHMIEDT EXAMINATION INSERT TUBE AND VISUAL OBTURATOR FOR 24/26FR
SHEATHS 27224 ELLIK EVACUATOR, CONTAINS LATEX 27770E MONOPOLAR COAGULATING BALL ELECTRODE, 8FR X 53CM, UNSTERILE 27092AMA HOPKINS 6º TELESCOPE W/PARALLEL EYEPIECE + INSTRUMENT CHANNEL,
19CM, 27051PLK 26FR EXT. LENGTH RESECTOSCOPE SHEATH SET W/OBLIQUE BEAK AND ROTATABLE INNER TUBE 26120BA HOPKINS II 30º TELESCOPE, 2.9MM X 30CM AUTOCLAVABLE, FOR GYNECOLOGY 26153EA 5MM
HYSTEROSCOPE SHEATH W/5FR CHNL 1 PIECE DESIGN, F/12º AND 30º TELESCOPES 26161VB 3.8MM EXAMINATION INNER SHEATH ONLY 26159UHW SEMI-RIGID BIOPSY GRASPING FORCEPS WITH HZTL OPENING DBL
ACTION JAWS, 5FR 26159EHW SEMI-RIGID BLUNT SCISSORS W/HORIZONTAL OPENING SINGLE ACTION JAWS, 5FR X 34CM 26159BHW SEMI-RIGID BIOPSY SPOON FORCEPS WITH HZTL OPENING DBL ACTION JAWS,
5FRX34CM 26159H HESSELING TENACULUM GRASPING FORCEPS, SEMIRIGID W/DBL ACTN JAWS,5FR, 9314A TRAY, BETTOCCHI HYSTEROSCOPY INSTRUMENTS DM: 20.75" X 9.75" X 3.5" 39316A-ZBD ESOPHAGOSCOPE
STERILIZATION TRAY INNER DIAMETER: 25.5" X 9.5" X 5" XUSM0001-UG COMPACT ENDOSCOPY CART W/DRAWER, KEYBOARB TRAY AND ISOLATION TRANSFORMER, UG 27425FG FLEXIBLE GRASPING FORCEPS F/STONE
FRAGMENTS, DOUBLE ACTION JAWS, 5FR X 60CM XUSM0012-HN PLATINUM VIDEO INTUBATION PLATFORM CART W/6 DRAWERS,IMAGER AND SCOPE WUISK11 OR1® AIR VIDEO INTEGRATION WUIS3707 ENDOSCOPY IQS
REFERENCE IQS41353324. 27 INCH SURGICAL FIELD MONTIORS WUIS3537 WEEKEND INSTALLATION SURCHARGE IF NECESSARY WUISK14 StreamConnect BASE APPLICATION. VIRTUAL MACHINE. WUISK14 StreamConnect
VIDEO ON DEMAND MODULE WUISK14 StreamConnect EMR INTERFACE. PATIENT WORKLIST AND ARCHIVE TO EMR. WUISK14 StreamConnect ENT DEPARTMENT LICENSE -VIDEO ON DEMAND MODULE WUISK14 StreamConnect
ENT DEPARTMENT LICENSE WUISK14 StreamConnect UROLOGY DEPARTMENT WUISK14 StreamConnect UROLOGY DEPARTMENT VLFT10GEN MEDTRONIC FT10 ENERGY PLATFORM W TP101 TELE PACK +
CCU/LIGHTSOURCE/MONITOR 11101HDK VIDEO RHINO LARYNGOSCOPE PROTECTION1® Comprehensive Service Agreement WUISK03 2 OR1® 360 2 YRS POST WARRANTY SERVICE AND SUPPORT Utilizing FAR 13.5
Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are
exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. 41 USC 3304(a)(5), 38 U.S. Code 8127(c), as implemented by FAR 6.302-5
(Authorized or Required by Statute). L1 Enterprises is the only SDVOSB capable of providing the same supplies and services currently utilized. COs may use the non-competitive (sole
source) procedures authorized in VAAR 819.7007 up to $5,000,000. 819.7007 Sole source awards to a verified service-disabled veteran-owned small business. To the best of our knowledge, L1
Enterprises is the only source that can provide the required equipment. KARL STORZ Scopes, equipment and software is currently installed in the VA Togus, ME. Control of existing KARL
STORZ Endoscopy is essential. L1 is currently providing the Karl Storz scopes to the VAMC Togus, ME. This notice of intent is not a request for competitive quotes. No solicitation
document is available; however, any firm that believes it can meet these requirements may give written notification to the Contracting Officer within five (5) business days from the date
of publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Information can be sent to
the Contracting Specialist via email at Frederic.revah1@va.gov. Responses received will be evaluated however a determination by the Government not to compete the proposed procurement
based upon responses to this notice is solely within the discretion of the Government. If no responses are received on or before October 23rd, 2023 at 10:00(EST), the VA will proceed with
the sole source award to L1 Enterprises on behalf of the Togus VA Medical Center. THIS SYNOPSIS DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE. THE GOVERNMENT WILL
NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SYNOPSIS. Response must be received by 10:00am EST 10/23/2023. VA Connecticut Healthcare System MiraQ
Cardiac Flowmeter Medi Stim (Medistim) USA Inc, Statement of Work 2022 Objective: This document highlights the technical specifications and services being requested by the Connecticut
VAMC for consideration towards the purchase for a MiraQ Cardiac Flowmeter Imaging System. Vendors under this proposal shall provide all equipment, accessories, applicable training, and
manuals. Background/Justification: Product delivery will be the responsibility of the Vendors working with the Connecticut VAMC project management POC, the Vendor will be responsible for
coordinating and performing the delivery, implementation, and training for the devices. Limitations are imposed by the Operating Room presents the need to VA Connecticut to replace the
Medistim MiraQ Cardiac Flowmeter with Imaging. It will allow the Cardiac Surgery service to (i) verify the patency of bypass grafts and (ii) examine for position of intramyocardial
arteries. This knowledge will prevent risks and injuries because of occluded grafts or un-bypassed target arteries. This is a standalone device the surgeons will operate with the ability
to send the images to the patients record through the VA server. Equipment Specifications System Equipment a. Set-up monitors or modules b. Software for Integration and Connectivity to
Network will interface and allow the images from the equipment purchase the VA will own. The software is compatible that will allow the images to be stored on the VA Network only. c.
Clinical Engineering will be preparing the pre-implementation security check for the networking requirements. d. The vendor will have no access to the VA Network. e. Other i. (2) User
Manuals ii. (2) Service Manuals iii. (2) Reprocessing Manuals [Yes] iv. Information on disposable procurement Services f. Training g. Installation [If applicable] Training Provided1.
Vendor will be required to provide two user manuals for the Medistim MiraQ Cardiac Flowmeter with Imaging. 2. Vendor will be required to provide two service manuals for the Medistim MiraQ
Cardiac Flowmeter with Imaging. 3. Vendor will be required to provide an on-station in-service on the proper use and setup of the Medistim MiraQ Cardiac Flowmeter with Imaging. 4. Vendor
will be required to provide the cleaning methods/guidelines for Medistim MiraQ Cardiac Flowmeter with Imaging System and other accessories. 5. All employees who will be utilizing Medistim
MiraQ Cardiac Flowmeter with Imaging including Physicians/Nursing, Technicians, Bio-Clinical Engineering, and Operating room staff members ("Trainees"), must be trained by an authorized
representative by Medistim USA Inc. prior to Using the System. 6. No charge on a mutually agreeable date and time.