SOLICITATION NOTICE
65 -- 644_STRYKER INSTRUMENTS_PI SPINE SETS
- Notice Date
- 5/23/2025 4:02:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0714
- Response Due
- 6/2/2025 8:00:00 AM
- Archive Date
- 06/17/2025
- Point of Contact
- Rochelle Malveaux, Contract Specialist, Phone: 000-000-0000
- E-Mail Address
-
Rochelle.Malveaux@va.gov
(Rochelle.Malveaux@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. The solicitation number 36C26225Q0714 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2020- 07, July 2, 2020. This solicitation intends to award a contract through total SDVOSB set-aside procedures, to a business associated with NAICS Code 339112 and a size standard of 1000 employees. The Department of Veterans affairs (VA) seek a contractor to provide Stryker Orthopedic Instruments. The requirement is for Stryker PI Spine Sets (model number please see below) brand name only. Offeror quotation must demonstrate meeting salient physical, functional or performance characteristics specified in this solicitation, otherwise it will be considered non-responsive. The technical specification for this requirement is listed for Brand Name per FAR 16.505(a)(4)(i). The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name supplies requested. Manufacturer: Stryker Orthopaedics Inc PI Drive 2 Plus Motor Brand Name Item/Part Number: PI Drive 2 Plus Motor /5407-350-000 Additional Items & Qty: Please see accessories and product numbers listed below Line-Item Number Product Number Description Qty UOM 1 5407-350-000 PI Drive 2 Plus Motor 6 EA 2 5407-120-450 Elite 7cm Straight Attachment 6 EA 3 5407-120-452 Elite 7cm Angled Attachment 6 EA 4 5407-120-470 Elite 12cm Straight Attachment 6 EA 5 5407-120-472 Elite 12cm Angled Attachment 6 EA 6 5407-120-482 Elite 14cm Angled Attachment 6 EA 7 5407-120-050 Hd 9cm Straight Attachment 6 EA 8 5407-120-070 Hd 14cm Straight Attachment 6 EA 9 5400-121-000 Electric Handswitch- Right Handed 6 EA Delivery requirements: Place of Delivery: PHOENIX VA HEALTHCARE SYSTEM - Warehouse/SPS Receiving - 650 E Indian School Road, Phoenix, AZ 85012 - 1839. Delivery Timeframe: Delivery shall be completed within 30 days after receipt of order (ARO). (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Monday, June 2nd, 2025, 8:00 AM PST. Ensure to reference solicitation number 36C26225Q0714 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than May 28, 2025, 8:00 AM PST. Submit written offers with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Offers shall be sent by email to Rochelle.Malveaux@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with SAM UEI including business size Concurrence/non-concurrence with solicitation terms, conditions, and provisions Items shall be FOB destination. Provide an Authorized Distributor Letter/Memo form manufacturer. Product must comply with the Buy American Act, Trade Agreement Act and all other clauses (BAA) US law that requires federal agencies to purchase domestic goods and construction materials For public use withing the United States. The act applies to federal procurement for the government s own use, as well as third-party purchases using federal funds. (TAA) Federal law enacted in 1979 (codified at 19 U.S.C. ss 2501 2581) to foster fair and open international Trade while allowing the U.S. to waive certain domestic procurement restrictions. Include a Country of Origin for the items being offered Quote must be on company letterhead and include: complete POC contact information and quote expiration Provide business size of manufacturer 52.212-2 Evaluation -- Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all the requirement of this solicitation that is both responsive and responsible. Acceptability of equipment shall be established by review of each submitted quotation by the designated evaluator (s). Submission to this solicitation must show clear, compelling and convincing evidence that the listed items are brand name items. Offers that include any items that are not the exact match shall result in an unacceptable offer. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Must include the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses also apply: (End of clause) 852.212-71 Gray Market Items and Counterfeit Items 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. 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. 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) In addition, the following clauses shall also apply: 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising Jan 2008 2 852.232-72 Electronic submission of payment requests Nov 2012 852.237-70 Contractor responsibilities Apr 1984 852.219-73 VA Notice of Total Set-Aside For Certified Service Disabled Veteran-Owned Jan 2023 Small Businesses 852.219-76 Notice of Limitations on Subcontracting Supplies and Services 852.242-71 Administrative Contracting Officer Oct 2020 852.246-71 Rejected Goods Oct 2018 The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Offeror Representations and Certifications-Commercial Products and Commercial Services Option for Increased Quantity-Separately Price Line Item Service of Protest Protest Content/Alternative Dispute Resolution Solicitation Provision or clauses Incorporated by Reference Oct 2016 52.212-3 May 2024 52.217-7. Mar 1989 52.233-2 Sep 2006 852.233-70 Sep 2018 852.252-70 Jan 2008
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a7a6acd05eb64b6b91ebdb7b0cec2d42/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Phoenix Healthcare System 650 E Indian School Road, Phoenix, AZ 85012-1839, USA
- Zip Code: 85012-1839
- Country: USA
- Zip Code: 85012-1839
- Record
- SN07455133-F 20250525/250523230045 (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 |