Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOLICITATION NOTICE

65 -- Equipment, TPX Drill System - Columbus

Notice Date
8/29/2024 2:34:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0995
 
Response Due
9/4/2024 2:00:00 PM
 
Archive Date
11/03/2024
 
Point of Contact
DeJanee R. Evans, Contract Specialist, Phone: 937-268-6511 x1524, Fax: NA
 
E-Mail Address
dejanee.evans@va.gov
(dejanee.evans@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.   This is a request for quote (RFQ), and the solicitation number is 36C25024Q0995. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars FAC 2024-03 (eff. 2/23/2024). The associated NAICS Code is 339112, Surgical and Medical Instrument Manufacturing. The VA intends to solicit and negotiate with the OEM, Stryker Sales, LLC at 1941 Stryker Way, Portage, MI 49002 and their two Service-Disabled Veteran-Owned Small Business (SDVOSB) authorized distributors: SDVOSB, Beacon Point Associates, LLC at 1216 SW 4th Street, Suite 4, Cape Coral, FL 33991 and SDVOSB, TrillaMed, LLC at 30100 Telegraph RD, STE 366, Bingham Farms, Michigan, 48025. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from OEM, Stryker Sales, LLC and their two authorized distributors SDVOSB, Beacon Point Associates, LLC and SDVOSB, TrillaMed, LLC to supply the Chalmers P. Wylie Ambulatory Care Center with Core2 Console, Core Footswitch, PI Drive 2 Plus Motor, attachments, and accessories for the Dental Clinic to better serve our Veterans dental needs. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only OEM, Stryker Sales, LLC; SDVOSB, Beacon Point Associates or SDVOSB TrillaMed, LLC are able to provide this requirement. Quotes are to be provided to DeJanee R. Evans, Contract Specialist, via email at dejanee.evans@va.gov, no later than Wednesday, September 4, 2024, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.  INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA CORE 2 - UNITED STATES LOCAL STOCK NUMBER: 5400-052-000US Funding/Req. Number: 1 757-24-3-096-0528 0002 3.00 EA CORE FOOTSWITCH LOCAL STOCK NUMBER: 5402-007-000 Funding/Req. Number: 1 757-24-3-096-0528 0003 7.00 EA PI DRIVE 2 PLUS MOTOR LOCAL STOCK NUMBER: 5407-350-000 Funding/Req. Number: 1 757-24-3-096-0528 0004 7.00 EA ELITE 7CM MODIFIED STRAIGHT ATTACHMENT LOCAL STOCK NUMBER: 5407-120-440 Funding/Req. Number: 1 757-24-3-096-0528 0005 7.00 EA Elite 7cm Straight Attachment LOCAL STOCK NUMBER: 5407-120-450 Funding/Req. Number: 1 757-24-3-096-0528 0006 7.00 EA Hd 9cm Straight Attachment LOCAL STOCK NUMBER: 5407-120-050 Funding/Req. Number: 1 757-24-3-096-0528 0007 7.00 EA Electric Handswitch- Right Handed LOCAL STOCK NUMBER: 5400-121-000 Funding/Req. Number: 1 757-24-3-096-0528 0008 7.00 EA Signature Sterilization Tray--small, 1/2 LOCAL STOCK NUMBER: 5407-476-000 Funding/Req. Number: 1 757-24-3-096-0528 GRAND TOTAL The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 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 clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (NOV 2023) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MARCH 2023) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS(APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (FEB 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEC 2023) The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 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, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to DeJanee R. Evans at dejanee.evans@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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. Submission of your response shall be received not later than Wednesday, September 4, 2024 by 5:00 PM EST to dejanee.evans@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 to the Point of Contact listed below. Point of Contact DeJanee R. Evans Contract Specialist Network Contract Office (NCO) 10 Office: 937-168-6511 ext. 1524 Email: dejanee.evans@va.gov 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-4584 Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10, located at 3140 Governor s Place Boulevard Suite 210, Kettering OH 45409-1337, in support of VISN 10 VA Health Care System at 420 North James Road, Columbus, OH 43219-1834, using Transaction #: 757-24-3-096-0528. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: Stryker Core2 console, Core Footswitch, PI Drive 2 Plus Motor, attachments, and accessories for the Chalmers P. Wylie Ambulatory Care Center s Dental Clinic to better serve our Veterans dental needs. The built-in design of the features makes safe operations as effortless as possible. The PI Drive 2 Plus Motor gives an ergonomic, powerful motor and torque with advanced technology. Providing precise functionality with ease of use gives the elite attachments the ability to easily identify marks to help adjust exposure to desired level. Signature sterilization trays allow the dental team complete confidence during storage, transportation, and sterilization. Purchasing this equipment will give the Dentists in our facility the capability to treat Veterans oral abnormalities and disease processes. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Stryker equipment being presented is currently utilized in the Dental Clinic and surgery, but it is no longer supported and is listed as end of life. The Stryker equipment requesting works simultaneously with current dental equipment. Stryker s Core2 console provides a single control center for a multitude of powered instruments including the PI Drive 2 Plus Motor and TPX Drill System. Stryker Core footswitch has multiple buttons to set desired functions such as irrigation on/off, forward/reverse direction, change drill port assignment, change RPMs and runs in conjunction with the Core2. The PI Drive 2 Plus Motor is a drill that is powered by the footswitch and Core2. Description of market research conducted and results or statement why it was not conducted: Per End User: The Stryker equipment being presented is currently utilized in the dental clinic and surgery, but it is no longer supported and is listed as end of life. Per Contracting: The following market research techniques were used but are not limited to: VetCert, DSBS, GSA and Internet. The VetCert search using NAICS 339112 netted 663 SD/VOSBs. The DSBS search using the same NAICS netted 3813 Vendors; added keyword TPX separately and netted 0 Vendors. The GSA Advantage search using the same NAICS netted 0 vendors. 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. ___________________________ Gina P. Crank Contracting Officer Network Contracting Office 10
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91cfc0c83a714c689f3d48c6171fa616/view)
 
Place of Performance
Address: Chalmers P. Wylie Ambulatory Care Center 420 N. James Road, Columbus, OH 43219, USA
Zip Code: 43219
Country: USA
 
Record
SN07192555-F 20240831/240829230124 (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.