SOLICITATION NOTICE
65 -- Stryker Complete Arthroscopy Arthrex Shoulder Tenodesis Reusable Medical Device (RMD)
- Notice Date
- 9/5/2023 5:02:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923Q0598
- Response Due
- 9/11/2023 8:00:00 AM
- Archive Date
- 10/11/2023
- Point of Contact
- Shanel Joe, Contracting Specialist, Phone: (615) 867-6000 Ext 28566
- E-Mail Address
-
Shanel.Joe@va.gov
(Shanel.Joe@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source Attachment 1: Single Source Justification for SAP under the SAT Last Updated: 02/01/22 Page 2 of 2 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C249-23-AP-2104 Contracting Activity: Department of Veterans Affairs, VISN 09, James H Quillen Medical Center 809 Lamont Street Mountain Home, TN 37684 PR: 621-23-3-249-0204. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This is a Brand name Purchase of Stryker Complete arthroscopy reusable reusable medical devices (RMD) to assemble additional instrument trays to accommodate an increase in arthroscopic surgical procedures at the James H Quillen VA Medical Center. The addition instrument trays will be assembled to mirror instrument trays already in use at the facility and provide support to schedule additional surgical procedures with an adequate supply of backup instrumentation. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The James H Quillen VAMC currently owns Stryker Complete Arthroscopy RMD. The addition of five eash: PUNCH BITING STRAIGHT 2.7MM Stryker 300-027-100 PUNCH BIG UPBITE-15DEGREES 2.7MM Stryker 300-027-103 2.7 MM UP SHAFT BITER Stryker 300-027-104 PUNCH BITING STRAIGHT 3.4MM Stryker 300-034-100 PUNCH UP-BITING 15DEGREES 3.4MM Stryker 300-034-103 PUNCH BITING RIGHT-30DEGREES Stryker 300-027-101 PUNCH BITING LEFT-30DEGREES Stryker300-027-102 PUNCH ROTARY LEFT-90DEGREES 3.4MM Stryker 300-034-401 PUNCH ROTARY RIGHT-90DEGREES 3.4MM Stryker 300-034-400 5 PUNCH BITING ANGLED-RIGHT-45DEGREES 3.4MM Stryker 300-034-111 5 PUNCH BITING ANGLED-LEFT-45DEGREES 3.4MM Stryker 300-034-110 5 PUNCH BACKBITING 3.4MM Stryker 300-034-800 5 GRASPER SOFT-TISSUE 2.7MM Stryker 300-027-703 5 BITER ENDOSCOPIC CUP Stryker 300-034-702 5 FORCEPS DOWNBITING 3.4MM Stryker 300-034-701 5 2.7 MM MICRO SCISSOR Stryker 300-027-603 5 PUNCH NARROW 2.7MM Stryker 300-027-200 5 SCISSORS STRAIGHT HOOK 3.4MM Stryker 300-034-600 CUTTER CANNULA WITH-EYE 4.5MM Stryker 275-722-300 5 HOOK NERVE 9.25IN Stryker 3910-500-800 5 SHOULDER CONNECTOR (3 PC.) 0333-000-001 5 Description of market research conducted and results or statement why it was not conducted: Based on market research there are (3) Authrozied Distrubor that are capble of providing for this brand name requirement from the OEM. Due to the specificity of the RMD and the need to duplicate instrument trays that are already in service, only Stryker parts will meet the need of this requirment. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1{b}. I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief JOHN MCCOMAS John Mccomas Contracting Officer Digitally signed by JOHN MCCOMAS Date: 2023.09.03 07:48:00 -05'00' Date 36C24923Q0598 Page 1 of 6 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 05/26/2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The James H. Quillen VA Medical Center located at Corner of Veterans Way and Lamont Street Mountain Home, TN, 37684, is seeking to purchase (5) Stryker Complete arthroscopy sets (Arthrex Shoulder Tenodesis RMD) Item: Stryker Complete Arthroscopy : Arthrex Shoulder Tenodesis Reusable Medical Device (RMD) Essential/significant physical, functional, or performance characteristics. AR-1926P PUNCH FOR 3.5MM PUSHLOCK 2 Each AR-1927PB PUNCH,FOR CRKSCRW FT&SWVLK ANCHS 2 Each AR-5009H HOOK, PUSH-PULL CROCHET 2 Each AR-1342-15 ELEVATOR, 15 DEGREE SHOULDER TISSUE 2 Each AR-1342-30 ELEVATOR, 30 DEGREE SHOULDER TISSUE 2 Each AR-1282L RASP, SHOULDER DEBRIDEMENT 2 Each AR-4130 RASP, MENISCUS REPAIR 2 Each AR-1949 SPEAR,TRCR 2.8MM FASTAK II 2 Each AR-1907 3.5MM PSHLK/SWVLK SPR, TRCR OBT,REUSABL 2 Each AR-1927CTB PUNCH/TAP FOR BIOCRKSCRW FT 2 Each AR-1912 DRILL, FOR 3.5MM PUSHLOCK 2 Each AR-1250LT STEP DRL,2.4MM/3.0MM TISSTak/Bio-STAK 2 Each AR-3026 SWITCHING STICK, EXTRA LONG, 4MM 2 Each AR-6572S SWITCHING STICK, 2.6MM X 305MM LENGTH2 Each AR-3025 WISSINGER ROD, 4MM, O.D. 2 Each AR-13999MF FASTPASS SCORPION, SL-MF 2 Each AR-6592M PASSPORT SELECTION GUIDE 2 Each AR-8170 MODULAR SOFT TISSUE RETRACTOR BODY 2 Each AR-8170-50DC PADL,C ATRAUMATIC,50MMMOD RETRTR 2 Each AR-8170-35D PADL,C ATRAUMATIC,35MMMOD RETRTR 2 Each All interested vendors shall provide Brand Name quotations for the following Schedule: Line Item Description QTY Unit Unit Price Extended Price 0001 027-100 PUNCH BITING STRAIGHT 2.7MM 5 EA 0002 027-103 PUNCH BIG UPBITE-15DEGREES 2.7MM 5 EA 0003 027-104 2.7 MM UP SHAFT BITER 5 EA 0004 034-100 PUNCH BITING STRAIGHT 3.4MM 5 EA 0005 034-103 PUNCH UP-BITING 15DEGREES 3.4MM 5 EA 0006 034-104 3.4 MM UPBITER 5 EA 0007 027-101 PUNCH BITING RIGHT-30DEGREES 5 EA 0008 027-102 PUNCH BITING LEFT-30DEGREES 5 EA 0009 034-401 PUNCH ROTARY LEFT-90DEGREES 3.4MM 5 EA 0010 034-400 PUNCH ROTARY RIGHT-90DEGREES 3.4MM 5 EA 0011 034-111 PUNCH BITING ANGLED-RIGHT-45DEGREES 3.4MM 5 EA 0012 034-110 PUNCH BITING ANGLED-LEFT-45DEGREES 3.4MM 5 EA 0013 034-800 PUNCH BACKBITING 3.4MM 5 EA 0014 027-703 GRASPER SOFT-TISSUE 2.7MM 5 EA 0015 034-702 BITER ENDOSCOPIC CUP 5 EA 0016 034-701 FORCEPS DOWNBITING 3.4MM 5 EA 0017 027-603 2.7 MM MICRO SCISSOR 5 EA 0018 027-200 PUNCH NARROW 2.7MM 5 EA 0019 034-600 SCISSORS STRAIGHT HOOK 3.4MM 5 EA 0020 722-300 CUTTER CANNULA WITH-EYE 4.5MM 5 EA 0021 500-800 HOOK NERVE 9.25IN 5 EA 0022 0333-000-001 SHOULDER CONNECTOR (3PC.) 5 EA TOTAL: Delivery of all quantities to the following location: James H. Quillen VA Medical Center Corner of Veterans Way and Lamont Street Mountain Home, TN, 37684 Quote shall specify a specific delivery date or number of days after receipt of order (ARO). The following Commercial Items clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS Jun 2020 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Nov 2021 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Nov 2021 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS May 2022 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Jan 2022 52.222-26 EQUAL OPPORTUNITY Sep 2016 52.222-35 EQUAL OPPORTUNITY FOR VETERANS Jun 2020 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-1 BUY AMERICAN-SUPPLIES Nov 2021 52.225-2 BUY AMERICAN CERTIFICATE Feb 2021 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Nov 2021 852.203-70 COMMERCIAL ADVERTISING May 2018 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS Nov 2018 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Mar 2020 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION) Nov 2020 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS Nov 2018 852.246-71 REJECTED GOODS Oct 2018 The following provisions apply to this solicitation: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation: Instructions for the Preparation of Quotes Offeror shall provide the following documentation for the quote to be considered: A completed Price Schedule (pricing for each Line Item located on pages 1 and 2 of this document). Quote Shall be on an actual company letter head that includes (Company Name, POC, SAM UEI, email & Address & phone number) PLEASE SPECIFY IF PRICING IS UNDER CONTRACT (GSA) (SEWP) ECT. OR OPEN MARKET. IF MULTI-ITEMS INDICATE WHICH ITEM BY LINE NUMBER IS OPEN MARKET, OTHERWISE ORDER WILL BE PROCESSED AS ALL ITEMS ARE UNDER CONTRACT. IF ITEM IS UNDER CONTRACT: MUST PROVIDE CONTRACT NUMBER AND EXPIRATION DATE. If shipping ORIGIN: Must indicate on Quote otherwise Purchase order will be processed as Destination. An Authorized Distributor Letter from OEM, which shows evidence of being an authorized OEM Distributor or Reseller for the quoted products. Estimated delivery date of quoted products. A letter from the OEM, confirming the quoted items are in stock and the delivery date included in the Offeror s quote is accurate. For quoted equal items, descriptive detail and product literature that fully demonstrates product equality. Evidence of being a Vendor Information Pages (VIP) verified Service-Disabled Veteran-Owned Small Business (VIP Home ยท VetBiz Portal (va.gov)). ALL OFFERS MUST BE REGISTERED IN SAM.GOV (PROVIDE A COPY OF CURRENT REGISTRATION. ALL OFFERS AND RESPONSE MUST BE SUBMITTED ELECTRONICALLY. PREFERENCE: WILL BE IAW FAR PART 13.003 (B) (1). FAR 52.211-6 Brand Name or Equal applies IN ARREARS AFTER RECEIPT OF INVOICE. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The following factors shall be used to evaluate offers: Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows: Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination) (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Provision) Submission of your response shall be received not later than 10:00AM CT, on Sept 11th, 2023, via email to Shanel.joe@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail no later than 10:00AM CT on Sept 7th, 2023. Questions received later than this time/date may not receive a response. Reference in the email subject line: RFQ 36C24923Q0598 Stryker Complete Arthroscopy Point of Contact Shanel Joe Contract Specialist Network Contracting Office 9 shanel.joe@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a05ccbd76dd4995b01a4daa5f5cda73/view)
- Place of Performance
- Address: James H. Quillen VA Medical Center Corner of Veterans Way and Lamont Street, Mountain Home 37684
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN06818951-F 20230907/230905230056 (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 |