Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2022 SAM #7581
SOURCES SOUGHT

65 -- Surgical Saws/Drills Lease, Battery Powered

Notice Date
8/31/2022 1:55:34 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1597
 
Response Due
9/2/2022 2:00:00 PM
 
Archive Date
11/01/2022
 
Point of Contact
Gene.Chu2@va.gov, Gene Chu, Phone: (562) 766-2308
 
E-Mail Address
gene.chu2@va.gov
(gene.chu2@va.gov)
 
Awardee
null
 
Description
RFI # 36C26222Q1597 Page 7 of 7 REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT ISSUED FOR MARKET RESEARCH DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. REQUIREMENT DESCRIPTION Battery Powered Instruments for Large and Small Bone Surgical Procedures Responses to this Sources Sought request shall be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of small business capabilities, including Service Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB) interested sources capable of performing the work. The NAICS for this requirement is NACIS 339112 Surgical and Medical Instrument Manufacturing. SCOPE General. Lease agreement for large and small battery powered saws/drills, eight (8) sets of small bone power, ten (10) sets of large bone power, three (3) sets of micro handpieces and accessories/instruments/batteries required for orthopedic surgical services, for the following site: VA New Mexico Health Care System 1501 San Pedro SE Albuquerque, NM, 87108 The contract period will be for one (1) base year, with the potential of up to four (4) option year periods, with an anticipated award to be issued in September 2022. The criteria of selecting the power systems is Brand Name or Equal to the following: The Brand is Hall® Titan® Powered Instruments System Small Bone Sets Must have cordless small bone handpieces with current technology. Must have pencil-grip battery-powered wire driver system weighing less than one (1) pound and operates at up to 70K RPM. Drills and saws must be able to fluctuate speeds depending on bone density and depth. Must have one modular drill applicable for sports med, trauma, and spine applications. Oscillating saw collets must be able to connect and remove attachments from a single-handed operation. Sets must be able to interface with full functionality all existing accessories of Hall® Titan® Powered Instruments Systems. Large Bone Sets Must have cordless large bone handpieces with current technology. Drills and saws must be able to fluctuate their speeds depending on bone density and depth. Must have one modular drill applicable for sports med, trauma, and spine applications. Must have oscillating saw compatible with sheath blades. Large bone battery handpieces must be lightweight with modular drills weighing less than two (2) pounds, oscillating saws weighing less than three (3) pounds and reciprocating saws weighing less than three (3) pounds. Sets must be able to interface with full functionality all existing accessories of Hall® Titan® Powered Instruments Systems. Accessories Batteries must be lithium-ion, UL-approved, and steam sterilization-autoclavable insulated. Lithium batteries, handpieces, and attachments must be able to be processed as a system all together in one tray and able to go through the washer-sanitizer and autoclave for both small and large bone systems. Requirement/General Utility Description Knee arthroscopy Shoulder arthroscopy Knee arthroplasty Should arthroplasty DA Hips Osteotomies Wrist/hand arthroscopy Ankle arthroscopy Trauma Plastic/reconstructive Oral/maxillofacial Sternotomies/Reverse sternotomies Technical support / customer service. Vendor must be able to respond within 24 hours for urgent/emergent procedures or when a specific item is needed quickly. Technical support / customer service. Maintenance scheduled as required for full functionality of instruments according to OEM standards. Technical support / customer service. Must provide a contingency plan for instrument replacement for urgent/emergent procedures in the event of possible instrument failure/deficiency. Hours of coverage will be Monday - Friday 8:30 AM to 4:30 PM local time, excluding Federal Holidays New Year s Day Martin Luther King Day President's Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day The Government will accept any wider range of coverage offered (i.e. 24/7, holidays included, etc.) Interested and capable sources shall respond to this notice by completing the source questionnaire herein and emailing to gene.chu2@va.gov (reference RFI # 36C26222Q1597 in the email subject heading), no later than Friday, 9/2/2022 at 2:00 p.m. Pacific- Los Angeles Time. SOURCE QUESTIONNAIRE Enter Company Name and Address. Enter SAM Unique Entity ID Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Considered a small business under NAICS code identified for this RFI? Yes No Select/Complete All that Apply: FSS/GSA: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY NASA SEWP: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY Are all items of inquiry available on contract schedule? Yes No Provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required scope of work. Respondents are encouraged to provide targeted examples of the Contractor s experience providing the same or similar supplies/services (i.e. when attaching brochures, citing/making references to performance descriptions located within brochures that match the specific work requirement. Include attachments with drawings/illustrations as needed. ***Include general pricing estimate for products or services inquired. Include attachments as needed. Provide feedback or additional suggestions. If none, enter N/A. Small Business Respondents. SDVOSB or VOSB respondents are encouraged to provide proof of www.vetbiz.gov certification. Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses are also advised that per 13 CFR § 125.6 the prime contractor's limitations on subcontracting are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Complete the fields hereunder if utilizing a subcontractor to perform the requirement. Enter Sub Contractor Company Name and Address. Enter SAM Unique Entity ID Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement--
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3f5ac5fe4444d31847ba11595cb78e9/view)
 
Place of Performance
Address: Department of Veterans Affairs VA New Mexico Health Care System 1501 San Pedro SE Albuquerque, NM, 87108
 
Record
SN06449326-F 20220902/220831230141 (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.