Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOLICITATION NOTICE

65 -- Equipment - Stryker Core 2 Console - Ann Arbor

Notice Date
2/28/2024 2:13:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0324
 
Response Due
3/5/2024 9:00:00 AM
 
Archive Date
04/04/2024
 
Point of Contact
LouAnn Gilliland, Contract Specialist, Phone: 937-268-6511
 
E-Mail Address
louann.gilliland@va.gov
(louann.gilliland@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Synopsis/Solicitation Solicitation Number: 36C25024Q0324 Posted Date: 2/28/2024 Original Response Date: 3/5/2024 Current Response Date: 3/5/2024 Product or Service Code: 6515, Medical and Surgical Instruments, Equipment, and Supplies Set Aside: Small Business NAICS Code: 334510, Electromedical/Electrotherapeutic Apparatus Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 Description 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1,250 employees. This is a 100% total Small Business set-aside procurement. The Ann Arbor VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105-2303 is seeking to purchase two (2) new Stryker Core 2 Consoles and two (2) NSE Footswitches. All interested companies shall provide quotes for the following: Item # Description/Part Number* Qty Price Extended Amount 5400-052-000US Core 2 Console 2 5400-007-000 NSE Footswitch 2 Total Price 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:_ 36C250-24-AP-2266__ Contracting Activity: Department of Veterans Affairs, VISN 10, Dayton Medical Center, Dayton, Ohio is seeking to purchase Stryker Core 2 Console at the Ann Arbor VAMC Ann Arbor, MI, 48105. 2237 # 506-24-2-118-0083 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The Stryker Core 2 Console is an advanced medical device that has revolutionized the field of surgical imaging and visualization. Estimated Amount: Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Stryker Core 2 Console is a state-of-the-art surgical navigation system that aims to enhance precision, accuracy, and overall patient care. Only the Core 2 Console will meet the needs in the OR to support 3D visualization, providing surgeons with a depth perception that enhances their spatial awareness during intricate procedures. During surgical procedures (orthopedic, dental, ENT, Neuro, Spine, and endoscopic), this product allows unparalleled customization to the operating theatre. A team of providers/surgeons met to discuss this equipment and found no other device has been able to provide this unique equipment for surgical procedures. Description of market research conducted and results or statement why it was not conducted: MR began with the VetCert, using NAICS Code 334510, which identified 305 vendors. In addition, DSBS was also searched using the same NAICS Code and key words Stryker Console , and this search found no potential vendors. However, during the market research, FPDS did find 2 SDVOSB vendors that can provide this equipment. GSA and SCMC does show that this equipment can be found on GSA, but only by the large business OEM, Stryker Corp. Since market research did find that this equipment is available through two SDVOSB vendors, both the VA Rule of Two and the SBA Rule of Two can be met. Therefore, this should be solicited as an Open Market, SB Set-Aside, to follow the NMR requirements for award. 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. ____________________________ LouAnn Gilliland Contracting Officer Statement of Work (Stryker Core Console) Introduction: The Stryker Core 2 Console is an advanced medical device that has revolutionized the field of surgical imaging and visualization. It is a cutting-edge technology designed to enhance surgical procedures and improve patient outcomes. The console serves as a central hub for various surgical instruments and imaging modalities, allowing surgeons to perform complex procedures with precision and efficiency. Background: Scope: The Stryker Core 2 Console provides a comprehensive solution for surgical imaging and visualization. It integrates seamlessly with other Stryker devices, such as the Stryker 1288 HD Camera, Stryker X8000 Light Source, and Stryker Vision Elect HDTV Flat Panel Monitor. This integration enables surgeons to have a complete surgical suite at their disposal, ensuring seamless communication and synchronization between different components. One of the key features of the Stryker Core 2 Console is its advanced imaging capabilities. Objective: The objective of the Stryker Core 2 console is to provide a comprehensive and efficient solution for medical professionals in the operating room. The Stryker Core 2 console is a state-of-the-art surgical navigation system that aims to enhance precision, accuracy, and overall patient care. Task: The Stryker Core 2 Console supports high-definition imaging, allowing surgeons to visualize anatomical structures with exceptional clarity and detail. This level of visualization is crucial during surgical procedures, as it enables surgeons to make accurate decisions and perform precise maneuvers. Additionally, the console supports 3D visualization, providing surgeons with a depth perception that enhances their spatial awareness during intricate procedures. This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to the LTC Charles S. Kettles VA Medical Center; Office C604, 2215 Fuller Rd Ann Arbor, MI 48105. Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Sep 2023) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.211-6 Brand Name or Equal (AUG 1999) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-70, Service Data Manual (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.247-71 Delivery Location (OCT 2018) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEC 2023) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 12:00 pm ET, March 5, 2024. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 12:00 pm ET, March 4, 2024. Questions received after the specified date and time will not be considered. Point of Contact LouAnn Gilliland Contract Specialist Network Contract Office (NCO) 10 Email: LouAnn.Gilliland@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de709e688fe44f5eaec33f9608de24ae/view)
 
Place of Performance
Address: Ann Arbor VAMC ATTN: Medicine / Rm C604 2215 Fuller Road, Ann Arbor 48105-2303, USA
Zip Code: 48105-2303
Country: USA
 
Record
SN06980239-F 20240301/240228230059 (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.