Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2011 FBO #3604
DOCUMENT

65 -- SURGICAL INSTRUMENTS 528A7 - Attachment

Notice Date
10/5/2011
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
VISN 02 NCA (2-90_;1304 BUCKELY ROAD SUITE C102;SYRACUSE, NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52812Q0006
 
Response Due
10/18/2011
 
Archive Date
12/17/2011
 
Point of Contact
ANGELA WESTFALL
 
E-Mail Address
.WESTFALL@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
The Syracuse VA Medical Center currently has a procurement request for surgical instruments. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. The following surgical instruments and quantity are needed: QuantityDescription 33D PLATE 2X2 HL UPPERFACE 33D PLATE 6X2 HL UPPERFACE 31.2MM ORBITAL FLOOR PLATE ISOLATED SMALL.3MM 31.2MM ORBITAL FLOOR PLATE, BASIC MEDIUM.3MM 31.2MM ORBITAL FLOOR PLATE, BASIC MEDIUM.4MM 31.2MM ORBITAL FLOOR PLATE COMPLEX LARGE.3MM 31.2MM ORBITAL FLOOR PLATE COMPLEX LARGE.4MM 1PLT 24 HL STRT MDFC MLBL CNDS 1PLT 20 HL STRT MDFC MALLEABLE 2MIDFACE 5 HL L PLATE 100 DEG 2MM ADVNCMT STD LFT 2MIDFACE 5 HL L PLT 100 DEG 2MM ADVNCMT STD RGT 2MIDFACE 5 HL L PLATE 100 DEG 5MM ADVNCMT STD LFT 2MIDFACE 5 HL L PLT 100 DEG 5MM ADVNCMT STD RGT 2PLT 6HL L 8MM ADVC 100D LT STD 2PLT 6HL L 8MM ADVC 100D RT STD 2PLT 6HL L 12MMADVC 100D LT STD 2PLT 6HL L 12MMADVC 100D RT STD 2PLT 4 HOLE STRT W BAR MDFC 2PLT 8 HOLE MIDFACE PLT 8 HOLE MIDFACE 2PLT 24 HOLE STRAIGHT MIDFACE 2PLT HOLE ORBITAL RIM MIDFACE 2PLT 4 HOLE CRVD W BAR MDFC 2PLT 10 HOLE CURVED MIDFACE 2PLT 5 HOLE T MIDFACE PLT 5 HOLE T MIDFACE 2PLT 5 HOLE Y W 4MM BAR MDFC 2PLT 7 HOLE DOUBLE Y MDFC 1PLT 16 HOLE STRT MDFACE, LOCK 1PLT 8 HOLE CURV MDFACE, LOCK 13D PLATE 2X2 HL MDFACE, LOCK 13D PLATE 2X6 HL MDFACE, LOCK 1PLT 5HOLE Y W 4MM BAR MDFC LOC 1PLT 5HOLE Y W 8MM BAR MDFC LOC 1PLT 7 HOLE DOUB Y MDFC LOCK 1PLT 8 HOLE Y MIDFACE LOCKNG 1PLT 5 HOLE L 2MM ADV MDFC LOC 1PLT 5 HOLE L 5MM ADV MDFC LOC 1PLT 6 HOLE L 8MM ADV MDFC LOC 1PLT 6 HOLE L 12MM ADV MDFC LOC 1ST SCR 1.7X4MM CRSS PIN 1PLT 4 HL ST LNG BAR,MAND,LOCK 1PLT MINI 4 HOLES PLT MINI 4 HOLES 1PLT MINI 4 HOLES WITH BAR 1PLT FRACTURE 4 HOLES 1PLT FRACTURE 4 HOLES W.BAR 1ST SCR 1.2X3MM ST SCR 1.2X3MM 1PLT 24 HOLE STRT UP MALL CNDSD 1PLT 18 HOLE STRT UP MALLEABLE 13D PLATE 2X2 HL UPFACE MALLBL 13D PLATE 6X2 HL UPPER FC MALBL 1PLT 10 HOLE CURV UP MALL CNDSD 1PLT 7 HOLE DOUBLE Y UPFC MLBL 3PLT 24 HOLE STRT UPPERFACE 3PLT 10 HOLE CURVED UPPERFACE 3PLT 4 HOLE ORBITAL UPPERFACE 3PLT 8 HOLE L 90D LFT UPPERFC 3PLT 8 HOLE L 90D RGHT UPPFC 3PLT 7 HOLE T UPPERFACE PLT 7 HOLE T UPPERFACE 3PLT 7 HOLE DOUBLE Y UPPERFACE 1PLT FRACTURE 6 HOLES 1PLT FRACTURE 6 HOLES W. BAR 1PLT FRACTURE 14 HOLES 1PLT C-SHAPED FRACTURE 4 HOLES 1PLT ANGLE FRACTRE 6 HOLES 115 1PLT ANGLE FRACTURE 6 HOLES 140 1PLT COMPRESSION 4 HOLES 1PLT 4 HL 2.3MM COMPRESSION 1PLT COMPRESSION 6 HOLES 1PLT 6 HL 2.3MM COMPRESSION 1SCR 2.0X4MM BONE CROSS PIN 1SCR 2.0X5MM BONE CROSS PIN 1SCR 2.0X6MM BONE CROSS PIN 1MODULE UNIV MANDIBLE RECON 2PLT PRIMARY RECON 11HOLES, 2PLT PRIMARY RECON 17 HOLES 2PLT PRIMARY HEMI MAND RIGHT 2PLT PRIMARY HEMI MAND LEFT 2PLT RECON 11 HOLES, W TEMP. 2PLT RECON 17 HOLES, W TEMP. 16+17+6 HOLE FULL RECON PLATE 2PLT RECON HEMI MAND RGHT 6X17 2PLT RECON HEMI MAND LFT 6X17 2SCR 2.0X4MM BONE CROSS PIN 1SCR 2.0X5MM BONE CROSS PIN 1SCR 2.0X6MM BONE CROSS PIN 1SCR 2.0X8MM BONE CROSS PIN 1SCR 2.0X10MM BONE CROSS PIN 2SCR 2.0X12MM BONE CROSS PIN 2SCR 2.0X14MM BONE CROSS PIN 1SCR 2.0X16MM BONE CROSS PIN 2SCR 2.0X4MM LCKNG CROSS PIN 1SCR 2.0X5MM LCKNG CROSS PIN 1SCR 2.0X6MM LCKNG CROSS PIN 1SCR 2.0X8MM LCKNG CROSS PIN 1SCR 2.0X10MM LCKNG CROSS PIN 2SCR 2.0X12MM LCKNG CROSS PIN 2SCR 2.0X14MM LCKNG CROSS PIN 1SCR 2.0X16MM LCKNG CROSS PIN 1SCR 2.3X4MM BONE CROSS PIN 1SCR 2.3X6MM BONE CROSS PIN 1SCR 2.3X8MM BONE CROSS PIN 2SCR 2.3X10MM BONE CROSS PIN 2SCR 2.3X12MM BONE CROSS PIN 1SCR 2.3X16MM BONE CROSS PIN 1SCR 2.3X18MM BONE CROSS PIN 1SCR 2.3X4MM LCKNG CROSS PIN 1SCR 2.3X6MM LCKNG CROSS PIN 1SCR 2.3X8MM LCKNG CROSS PIN 2SCR 2.3X10MM LCKNG CROSS PIN 2SCR 2.3X12MM LCKNG CROSS PIN 2SCR 2.3X14MM LCKNG CROSS PIN 1SCR 2.3X16MM LCKNG CROSS PIN 1SCR 2.3X18MM LCKNG CROSS PIN 1SCR 2.7X5MM ER BONE CROSSPIN 1SCR 2.7X8MM ER BONE CRSS PIN 1SCR 2.7X10MM ER BONE CRS PIN 1SCR 2.7X12MM ER BONE CRS PIN 1SCR 2.7X14MM ER BONE CRS PIN 1SCR 2.7X16MM ER BONE CRS PIN 1SCR 2.7X18MM ER BONE CRS PIN 1SCR 2.7X5MM ER LCKNG CRS PIN 1SCR 2.7X8MM ER LCKNG CRS PIN 1SCR 2.7X10MM ER LCKNG CRS PIN 1SCR 2.7X12MM ER LCKNG CRS PN 1SCR 2.7X14MM ER LCKNG CRS PN 1SCR 2.7X16MM ER LCKNG CRS PN 1SCR 2.7X18MM ER LCKNG CRS PN 2SCR CONDYLE FASTENING S 1TEMPORARY CONDYLAR PROSTHESIS, LEFT 1TEMPORARY CONDYLAR PROSTHESIS, RIGHT 2TW DRL 1.6X58MM WKLG 26M 2TW DRL DRILL 20MM S 1.9X58MM 11.6MM DRILL 35MM WORKING LNGTH STRYKER END 1TW DRL 1.9MM 35MM STRYKER 1TW DRL 1.9MM 35MM WORKIN 1TW DRL 1.6X85MM 26MM WRK LENG 1TW DRL 1.9X85MM,26MM WRK LENG 1TRAY UNIVRSL MANDIBLE RECON 1CUTTER BENDER,RECON SYSTM,LFT 1BENDER CUTTER RECON, RIGHT 1ROLLER BENDER MAND.RECON PLTS 1FORCEP PLATE BONE LEFT 1FORCEP PLATE BONE RIGHT 1PLT ABRASIVE BURR, 42MM, SYK 2HANDLE DRIVER RATCHET HANDLE DRIVER RATCHET 1SCR HOLDER TEMPORARY RECON 1CONTNR HALF SIZE CONTNR HALF SIZE 1LID HALF SIZE LID HALF SIZE 2TW DRL 1.6MM 5MM TW DRL 1.6MM 5MM 2BLADE DRIVER (2.0 2.3) 1TROCAR TROCAR 1RETRCTR CHEEK UNIVRSL 30MM 1HANDLE UNIV MAND TROCR FXD 1DRL GD CNTRIC 2MM LKNG 1DRL GD CNTRC 2.3MM LKNG SC 1DEPTH MEASURING GAUGE 1FORCEP SELF-RETAINING PLATE 1FORCEP BONE REDUCTION FORCEP BONE REDUCTION 1CLAMP BONE DINGMAN CLAMP BONE DINGMAN 1LID HALF SIZE LID HALF SIZE Submissions received in response to this notice shall be evaluated based on lowest price technically accepted. All those interested should submit, in writing, the company name, address, point of contact, telephone number, and business size; a detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (Http://www.ccr.gov/) to further qualify for this contract. All interested parties shall respond to angela.westfall@va.gov by 2:00 PM EST October 18, 2011. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Under Statutory Authority 41 U.S.C. 253 (1) the Syracuse VA Medical Center (SVAMC) anticipates entering into a procurement for surgical instruments. (ii) The reference/solicitation number is VA-528-12-RQ-0006 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 423450 (size standard of 500 employees) applies to this solicitation. (v) This requirement consists of surgical instruments (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Stryker) (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to Syracuse VA Medical Center, 800 Irving Ave., Syracuse, NY 13210-2716. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are price and technical capabilities (meeting salient characteristics) with price and technical capabilities being evaluated as equal. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2009) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-50 Combating Trafficking in Persons, 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Tuesday, October 18, 2011, by 2:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to angela.westfall@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to angela.westfall@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52812Q0006/listing.html)
 
Document(s)
Attachment
 
File Name: VA-528-12-Q-0006 VA-528-12-Q-0006.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264791&FileName=VA-528-12-Q-0006-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264791&FileName=VA-528-12-Q-0006-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SYRACUSE VA MEDICAL CENTER;800 IRVING AVE;SYRACUSE, NY
Zip Code: 13210-2716
 
Record
SN02602733-W 20111007/111005234452-ea12199ec25b0ad123df52f6365118a4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.