SOURCES SOUGHT
65 -- Trochanteric Fixation Nail
- Notice Date
- 6/8/2020 2:27:29 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0518
- Archive Date
- 08/07/2020
- Point of Contact
- shawn.fernandez@va.gov, Shawn Fernandez, Phone: 253-888-4919
- E-Mail Address
-
Shawn.Fernandez@va.gov
(Shawn.Fernandez@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential Vendor Information Pages (VIP) Verified (www.vip.vetbiz.gov) Service Disabled / Veteran Owned Business (SD/VOSB) sources which can provide the following equipment: Intertrochanteric Nail The proximal diameter of the nail must be 15.66mm in diameter The nail must have a Lateral Relief Cut to preserve bone in insertion area and to avoid impingement on lateral cortex The nail must be compatible with a helical blade that reduces the risk of cut-out The nail must be compatible with both a helical blade and lag screw The helical blade and lag screws must be fenestrated The TFNA system must be compatible with TRAUMACEM V+ Bone Cement for augmentation of the fixation of the femoral head element The nail itself must have a Bump Cut design of the proximal (screw) hole to provide improved fatigue strength...this will lead to less implant failures The lag screw and helical blade must have an oblique lateral end for anatomic fit and reduced protrusion on soft tissues The system must contain a percutaneous instrument set with larger instrumentation for patients who are larger in size The nail itself must have a 1.0 meter radius of curvature to fit the femoral canal more anatomically The system must contain Quick Click self-retaining technology Both helical blades and lag screws must be fenestrated for augmentation of the femoral head The system must include a Flexible Reamer Set for IM nails The Flexible Reamer Set for IM Nails must be compatible with a 2.5mm Reaming Rod with Ball Tip and needs to be 950mm in length The TFNA nail must have 3 distal locking options, one of which needs to be offset by 10 degrees to target bone in the femoral condyles The nail system must be compatible with 5.0mm StarDrive locking screws Potential SD/VOSB s having the capabilities necessary to provide the above stated equipment are invited to respond to this Sources Sought Notice via e-mail to Shawn Fernandez at shawn.fernandez@va.gov no later than June 12, 2020, 8:00 am PST. No telephone inquiries will be accepted. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 339113 Surgical Appliance and Supplies Manufacturing; the small business size standard for this NAICS is 750 employees. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of ""small"" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 3. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 4. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 5. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns Readjustment Counseling Services. 7. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/563209e4c324463b9e248386bfd4030d/view)
- Place of Performance
- Address: Boise VA Surgery 500 Fort Street, Boise, ID 83702-4501, USA
- Zip Code: 83702-4501
- Country: USA
- Zip Code: 83702-4501
- Record
- SN05683868-F 20200610/200608230153 (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 |