Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

65 -- Stryker Core TPX Corded and Cordless Power Instruments (Notice of intent to perform oral solicitation)

Notice Date
4/15/2020 2:51:20 PM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0336
 
Response Due
4/19/2020 12:00:00 AM
 
Archive Date
04/29/2020
 
Point of Contact
Gregory Watson gregory.watson2@va.gov
 
E-Mail Address
gregory.watson2@va.gov
(gregory.watson2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of 3 In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for Stryker Core TPX Instruments. This oral solicitation will be set-aside for Small Business. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 11 PM PST Sunday April 19th 2020. This solicitation will be performed Monday April 20th 2020. This will be a brand name or equal to solicitation to the following Core TPX Instruments Manufactured by Stryker. The intent is for potential offerors to provide. Please provide: CLIN Part number Description Qty 1 5400-052-000 US CORE 2 - UNITED STATES 2 2 7400-034-000 TPX SAGITTAL SAW 4 3 7400-037-000 TPX RECIP SAW 4 4 7400-031-000 TPX OSCILLATING SAW 4 5 7400-015-000 TPX MICRO DRILL 4 6 5100-015-250 MICRODRILL STRAIGHT ATTACHMENT 4 7 7400-099-000 TPX UNIVERSAL DRIVER 4 8 4100-110-000 AO Small Drill 6 9 4100-132-000 5/32"" Drill with Key 4 10 4100-131-000 1/4"" DRILL WITH KEY 6 11 4100-126-000 Adjustable Pin Collet (2.0-3.2mm) 6 12 4100-062-000 WIRE COLLET 6 13 7400-004-000 TPX CABLE 8 14 7400-009-000 TPX HANDSWITCH 8 15 6400-654-000 Small Bone Solid Container 4 16 4505-000-000 System 8 Cordless Driver 2 17 4100-400-000 Sagittal Saw Attachment 2 18 4100-135-000 Hudson/Modified Trinkle Drill 2 19 4100-235-000 Hudson/Modified Trinkle Reamer 2 20 4100-231-000 1/4"" Reamer w/key 2 21 8212-000-000 SYSTEM 8 BATTERY PACK, Small 4 22 4405-654-000 Trauma Solid Container Bundle 2 Shipping Address: Department of Veterans Affairs Spokane VA Medical Center 4815 N. Assembly St. Building 14 Spokane, WA 99205 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Salient Characteristics These Instruments will be used in the Main Operating Room for the following surgical services: Orthopedic Surgery Sports Medicine Podiatry Service The dimensions/characteristics for this system are as follows: Handpieces run by either foot or hand controls allowing for more room in surgical suite Hand and foot pieces can run/be used simultaneously. Touch screen interface Customizable user preferences Integrated Irrigation Pump High speed, Pencil Grip drill used to burr and shape bone 40% more torque with all handpieces Must be compatible with Stryker Core electric system for Surgical Power. Must be compatible with System 8 Battery pack The above features are necessary to meet Joint Commission requirements in terms of patient safety and optimum performance. Uses RF energy only, making RF emissions lower. IFU are approved SPS service chief. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) (a) Descriptive literature, as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45b2f4df115b415ebfd04589a0d6b8ab/view)
 
Place of Performance
Address: Spokane VA Medical Center;4815 N. Assembly St.;Spokane WA, 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN05622395-F 20200417/200415230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.