SOLICITATION NOTICE
65 -- 534-24-3-783-0253/Stryker/Handpiece (VA-24-00070402)
- Notice Date
- 5/2/2024 12:30:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724Q0661
- Response Due
- 5/9/2024 11:00:00 AM
- Archive Date
- 07/08/2024
- Point of Contact
- Joseph M Locke, Procurement Analyst, Phone: 803-776-4000 x7814
- E-Mail Address
-
Joseph.locke@va.gov
(Joseph.locke@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice 36C24724Q0661 Page 12 of 12 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 SUBJECT* Stryker Driver/Drills GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 29209-1639 SOLICITATION NUMBER* 36C24724Q0661 RESPONSE DATE/TIME/ZONE 05-09-2024 2PM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SDVOSB PRODUCT SERVICE CODE* 6540 NAICS CODE* 339113 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia SC 29209-1639 POINT OF CONTACT* Joseph Locke Contracting Officer 803-979-0338 joseph.locke@va.gov PLACE OF PERFORMANCE ADDRESS Ralph H. Johnson VA Medical Center 109 Bee Street Charleston, SC POSTAL CODE 29401 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL: VA Charleston Health Care | Veterans Affairs URL DESCRIPTION: Charleston, SC VAMC AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Solicitation: Stryker Drivers and Drills Notice Type: Combined Synopsis/Solicitation Contracting Office Address: NCO 7 Contracting Office Department of Veterans Affairs VA Columbia Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01 dated January 25, 2024. This solicitation is SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ONLY. All vendors interested in submitting a quotation for this requirement MUST be registered in System for Award Management (SAM), www.sam.gov. All vendors must be authorized resellers for all products quoted in response to this solicitation. No grey-market and refurbished products or equipment WILL NOT be considered. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112; Dental Equipment and Supplies Manufacturing; Small Business Size Standards; 1,000 employees. The FSC/PSC is 6515 Offerors are therefore asked to complete PRICE/COST SCHEDULE-Item Information for each period of performance in their response, and to include a Grand Total. REQUIREMENT: Stryker Drivers and Drills BRAND NAME: Stryker Brand Name Justification: As a treatment for various musculoskeletal diseases, often surgery involves drilling into the bone near the vital nerves and vascular organs. Surgeons require drill/driver systems that allow for the best patient outcomes and surgeon ergonomics. The desired specific drivers/drills have been requested by two surgeons who operate weekly at the Ralph H. Johnson VA Medical Center. Stryker Driver/Drills are currently used by all surgeons at both the Ralph H. Johnson VA Medical Center as well as the associated medical facility (Medical University of South Carolina). Specific model Surgical Driver/Saw was requested by two surgical specialties. The requesting surgical teams are familiar with Stryker s entire line of Drivers/Saws and desires this specific model as it allows for better surgeon usage. VA FACILITY: Charleston, SC, VA Medical Center, 109 Bee Street, Charleston, SC 29401-5799 DELIVERY: Charleston, SC, VA Medical Center Warehouse, 3130 Pacific Street, Charleston, SC 29418 The following solicitation provision applies to this acquisition and is included below in full text. The full text may be accessed electronically at http://acquisition.gov/comp/far/index.html. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES ITEMS (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: QUOTATION SUBMISSION INTRODUCTION: The Offeror s Quote shall be submitted via email to the Contracting Officer at joseph.locke@va.gov. Each quotation submission shall be sent via e-mail either as a separate PDF or an Excel document. One quotation submission of each is required. Quotation Submission Part 1: Pricing and Delivery Quotation Submission Part 2: Documentation to show vendor is authorized reseller for all products quoted. Quotation Submission Part 3: Product/Equipment Warranty Information The use of hyperlinks is prohibited. Quotes will be evaluated solely on the information contained in each quotation submission without any reference made to extraneous information. 2. QUOTATION FILES Format: Each submission must be clearly indexed and logically assembled. Each part of the contractor s quotation submission shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Each paragraph shall be separated by at least one blank line. All proprietary information shall be clearly and properly marked. File Size Restrictions: Due to VA email file size restrictions, vendors are encouraged to logically separate their quote into separate emails. If this is necessary, quoters shall clearly document this information in the text of their email. Content Requirements: Vendors are solely responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quotation submission. Title Requirements: The title requirements for each file are shown in the Table below. Quotations submitted in response to this solicitation shall contain the following in separate parts. Quotation Submission Part Factor File Name Part 1 Pricing and Delivery Your Company Name Price & Delivery.pdf Part 2 Authorized Reseller Documentation Your Company Name Authorized Reseller.pdf Part 3 Warranty Your Company Name - Warranty.pdf Quotation Submission Notes: Provide evidence the quoter is authorized to resell all quoted products and equipment. Provide warranty information for all equipment quoted, only if applicable to products and equipment quoted. Provide evidence the quoter is authorized to install quoted products and equipment without loss of warranty coverage, only if applicable to products and equipment quoted. The contractor shall complete Attachment A - Price Cost Schedule. The contractor shall complete Attachment B Delivery. The Government requests the contractor provide prices, warranties, conditions, benefits, and terms that are at least equal to or more favorable than the prices, warranties, conditions, benefits, and terms quoted by the contractor to any customers for the same or a substantially similar quantity and type of service. Contractors are hereby advised that any Contractor-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the Solicitation, may render the Offeror s proposal Unacceptable, and thus ineligible for award. (End of Addendum to 52.212-1) ATTACHMENT A: PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ AO Small Drill LOCAL STOCK NUMBER: 4100-110-000 Brand Name: Stryker 0002 2.00 EA __________________ __________________ 1/4"" DRILL WITH KEY LOCAL STOCK NUMBER: 4100-131-000 Brand Name: Stryker 0003 2.00 EA __________________ __________________ 5/32IN inch Drill with Key LOCAL STOCK NUMBER: 4100-132-000 Brand Name: Stryker 0004 2.00 EA __________________ __________________ Hudson/Modified Trinkle Drill LOCAL STOCK NUMBER: 4100-135-000 Brand Name: Stryker 0005 2.00 EA __________________ __________________ High Speed Bur Attachment LOCAL STOCK NUMBER: 4100-700-000 Brand Name: Stryker 0006 8.00 EA __________________ __________________ SYSTEM 9 SMALL BATTERY LOCAL STOCK NUMBER: 9212-000-000 Brand Name: Stryker 0007 2.00 EA __________________ __________________ TRAUMA 3 HANDPIECE SOLID CONTAINER BUNDL LOCAL STOCK NUMBER: 4607-654-000 Brand Name: Stryker 0008 1.00 EA __________________ __________________ SYSTEM 9 NON-STERILE BATTERY CHARGER PCE/1.0 W/ (B) NEMA POWER CORD LOCAL STOCK NUMBER: 9126-100-000US Brand Name: Stryker 0009 2.00 EA __________________ __________________ WIRE COLLET LOCAL STOCK NUMBER: 4100-062-000 Brand Name: Stryker GRAND TOTAL __________________ ATTACHMENT B: DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 SEE PARAGRAPH E FOR ALL LINE ITEMS 4.00 0002 2.00 0003 2.00 0004 2.00 0005 2.00 0006 8.00 0007 2.00 0008 1.00 0009 2.00 BASIS OF AWARD: The award will be made to the quoter s response identified as the most advantageous to the Government. The following are the decision factors: Price Delivery Responses should contain your best terms, conditions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) 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 FAR 52.214-21, Descriptive Literature FAR 52.229-11, Tax on Certain Foreign Procurements- Notice and Representation (Jun 2020) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-71, Alternate Protest Procedure (Oct 2018) VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clause applies to this acquisition and is included in full text: 1. VAAR 852.212-71 Gray Market and Counterfeit Items. GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) The following contract clauses apply to this acquisition; are included by reference: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-18, 52.217-8, 52.217-9, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72, and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.204-27, 52.204-30, 52.209-6, 52.219-8, 52.219-27, 52.219-28, 52.219-33, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.229-12, 52.232-33; 52.232-36. VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (Deviation) Jan 2023 VAAR 819-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (Jan 2023) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.247-73 Packing for Domestic Shipment The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. All quoters shall submit the following: Files should be sent via electronic mail; in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes shall be submitted via email ONLY to the Contracting Officer (CO), Joseph Locke at joseph.locke@va.gov no later than 05-09-2024 @ 2pm EST All quotes/offers submitted must include the Solicitation# 36C24724Q0661 and STRYKER in the subject line of the email. Hand deliveries or facsimile will NOT be accepted, telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Joseph Locke Contracting Officer, NCO 7 Logistics (90), Columbia VA Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 (803) 979-0338 Joseph.locke@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a9e91cc87a24f048661998bc3a4de9a/view)
- Record
- SN07051835-F 20240504/240502230052 (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 |