In accordance with 41 USC §3304(a)(5), 38 U.S. Code § 8127(c), as implemented by FAR 6.302-5, VHAPG Part 819.7008/7009, Sole Source Awards to SDVOSB/VOSB, this Notice of Intent is to inform all parties the Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 South Willow Drive Suite 300, Greenwood Village, CO 80111 intends to award a sole source procurement for the following requirement to Service Disabled Veteran Owned Business, Lovell Government Services Inc., located at 223 W. Gregory Street, Pensacola, FL., 32502:
ITEM #
DESCRIPTION OF SUPPLIES
QTY
UNIT OF ISSUE
0001
21-101 Inari Aspiration Guide Catheter-Triever20(20FR, 90cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0002
22-101 Inari Aspiration Guide Catheter-Triever24(24FR, 90cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0003
21-201 Inari Aspiration Guide Catheter- Triever20 Curve(20FR, 105cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0004
25-101 Inari Aspiration Guide Catheter-Triever16 (16FR, 107cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0005
10-104 Inari FlowTriever Catheter (XL), (115cm), Vessel diameter range: 19-25mm: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0006
11-102 Inari FlowTriever Catheter- FlowTriever2, (120 cm), Vessel diameter range: 6-16mm: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0007
80-101 Inari FlowSaver Blood Return System: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0008
70-103 Inari FlowStasis Suture Retention Device: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0009
52-101 Inari Intri24 Introducer Sheath, 24FR, 33cm: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0010
40-102 Inari ClotTriever Catheter, (80cm), Coring element diameter: 16mm: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0011
42-102 ClotTriever Catheter (80) cn Coring element: 16 mm: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0012
50-101 Inari ClotTriever Sheath (13 FR, 15cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0013
51-101 Inari ClotTriever Sheath (16FR, 15cm): 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
0014
FT-PPP Inari FlowTriever Retrieval/Aspiration System: 5 Year BPA Projected POP: 02/01/2024 to 01/31/2029
As needed per order
EA
VA Oklahoma City VA Health Care System proposes to enter into a 5-year open market, blanket purchase agreement (BPA) for Inari ISO Pack 1 FlowTriever Retrieval/Aspiration System, Inari ClotTriever Catheter, Inari Clot Triever Bold Catheter, Inari ClotTriever Sheath and FLowTriever Retrieval/Aspiration System. The intended use is for Veterans in IR Lab/Radiology for the blood clot removal.
Market research determined that SDVOSB, Lovell Government Services is the exclusive sole distributor for the Inari products requested. VAAR Clause 819.7008 allows sole source awards to SDVOSB/VOSB based on 38 U.S.C. 8127(c), Lovell Government Services is the sole SDVOSB authorized to distribute Inari ISO Pack 1 FlowTriever Retrieval/Aspiration System, Inari ClotTriever Catheter, Inari Clot Triever Bold Catheter, Inari ClotTriever Sheath and FLowTriever Retrieval/Aspiration System. The SDVOSB concern (Lovell Government Services) has been determined to be a responsible source with respect to performance. The SDVOSB meets the eligibility requirements outlined in VAAR 819.7003.
The associated North America Classification Systems (NAICS) Code is 339113 and the Business Size Standard is 750 employees.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Interested parties may identify their interest and capability to respond to this requirement no later than 4:00 PM Mountain Standard Time, Tuesday, January 30th, 2024. Information received in response to this notice must clearly demonstrate the capability of meeting the Government s need as stated above. Include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming the ability to supply the products and/or any services outlined in this notice. Responses to this notice are to be sent to Lindsey.Zwaagstra@va.gov.
A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government is not responsible for any potential costs incurred from interested parties desiring to respond to this notice.