Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOURCES SOUGHT

65 -- 598-23-3-784-0114- LCP MOD MINI FRAGMENT INST MODULES- LR VAMC

Notice Date
4/4/2023 9:57:02 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0752
 
Response Due
4/11/2023 9:00:00 AM
 
Archive Date
06/10/2023
 
Point of Contact
Latonya.mack@va.gov, LaTonya Mack, Phone: 601-206-6964
 
E-Mail Address
Latonya.Mack@va.gov
(Latonya.Mack@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: (Brand Name or equal) LCP MOD MINI FRAGMENT INST SET MODULES Little Rock VAMC 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Item /Description of Supplies/Equipment Qty 01.111.120EPA A 1 LCP MOD MINI FRAGMENT INST SET MODULES 1 EA 323.034 2 1.5 THREADED DRILL GUIDE DEPTH GAUGE 2 EA 310.90 3 MINI QUICK COUPLING CHUCK 1 EA 323.029 4 THRD LCP(TM) DRILL GUIDE F/LCP(TM) DRPS 2 EA 105.190PA 5 6.5/7.3 CANNULATED SCREW INSTRUMENT SET 1 EA 338.047 6 VARIABLE ANGLE GUIDE FOR DHS 1 EA 338.302 7 DHS/DCS ONE-STEP INSERTION WRENCH 1 EA 690.344 8 DHS ONE-STEP IMPLANT SET GRAPHIC CASE 1 EA The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __ 339113__ is __750 employees_. STATEMENT OF WORK CAVHS is requesting a new general set for orthopedics. The current set that we have is over 15 years old and we re unable to replace some of the items. The sets we have requested are general sets that, having them stocked and ready for the OR, will be of clinical benefit for hip fractures (DHS and cannulated 6.5/7.3 screw).  The mini fragment set is used for many fractures both in the upper and lower extremity, it gives multiple options to treat general fractures we see at the VA (hand, finger, ankle, foot, etc.).   Stocking the ankle trauma set again has clinical benefit as we see ankle fractures as part of our care of patients here at the VA (twisting injuries and even more complex pilon fractures we have treated since I have been here).  If these sets are available and stocked we would not have to wait for approval to borrow sets from UAMS which we do frequently to treat fractures here at the VA.  Some of these fractures (hips fracture in particular) are time sensitive and literature supports this. In summary, if we have sets that are complete we can treat fractures here at the VA appropriately and in a timely manner.  Both of these reasons will increase the success of surgery and the recovery of the veteran patient. It appears that Depuy Synthes is the leader in the field of internal fixation. Stryker has wider product lines and internal fracture fixation sets with locking plate technology but not the same as that provided by Synthes. Synthes proprietary lock on the market is their COMBI-HOLE technology, which allows every hole in a plate to accept either a conventional bone screw, which compresses bone fragments together or a locking or compression screw which locks the plate to the bone. In that sense, Synthes combines the best of AO principles by merging locking screw technology with conventional plating techniques. Locking compression plates (LCP) is an important feature when bones are soft or in multiple fragments. The sets requested are general sets, that having them stocked and ready for the OR, will be of clinical benefit for hip fractures (DHS and cannulated 6.5/7.3 screw). The mini fragment set is used for many fractures both in the upper and lower extremity, it gives multiple options to treat general fractures we see at the VA (hand, finger, ankle, foot, etc.). Stocking the ankle trauma set again has clinical benefit as we see ankle fractures as part of our care of patients here at the VA (twisting injuries and even more complex pilon fractures we have treated since I have been here). If these sets are available and stocked we would not have to wait for approval to borrow sets from UAMS which we do frequently to treat fractures here at the VA. Some of these fractures (hips fracture in particular) are time sensitive and literature supports this. In summary, if we have sets that are complete we can treat fractures here at the VA appropriately and in a timely manner . Both of these reasons will increase the success of surgery and the recovery of the veteran patient Justification for Orthopedic Trauma mini fragment set and collinear clamp set. Both sets are from Synthes, both sets would allow areas of reduction and holding of fractures, with the collinear clamp being a self-holding clamp which would free up hands to complete the case. This would allow attending staff and/or resident staff freedom to place definitive fixation as the mini fragment screws and plates are used to hold provisional fixation. The collinear clamp comes in several sizes for easy of reduction in simple and complex long bone fractures such as the femur and the tibia. The differing sized plates, screws and reduction clamps also can be used for smaller bone reductions. This in turn would reduce the time and number of people needed to assist which decreases patient complications such as infection. DELIVERY REQUIREMENTS: Deliver to: Department of Veteran Affairs Deliver to Bldg 182 2200 Fort Roots Drive North Little Rock AR 72114 Security Requirements The C&A requirements do not apply and a Security Accreditation Package is not required. 3. Specific Tasks. None. 4. Training No training is required. 5. Delivery The vendor shall provide these items during normal business hours and on a non-federal holiday at the following address: 6. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 7. Opportunity/Market Pricing: The Houston VA Medical Center is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Houston VAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 8. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 1:00pm (CST), Friday, April 8, 2023 via email to latonya.mack@va.gov RFI responses are due by 11:00am (CST), Tuesday, April 11, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by the Houston VAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16. 9. Contact Information: LaTonya G Mack LaTonya.Mack@va.gov Your response to this notice is greatly appreciated!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cf256a199c74e519a2a0a2076515101/view)
 
Place of Performance
Address: Department of Veteran Affairs Central Arkansas Veterans Healthcare Sys Deliver to: Bldg 182 2200 Fort Roots Drive, North Little Rock 72114
Zip Code: 72114
 
Record
SN06640145-F 20230406/230404230112 (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.