SOLICITATION NOTICE
65 -- Silicone Orbital Implants
- Notice Date
- 12/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Salt Lake City Health Care System;VISN 19 Contracting;500 Foothill Blvd.;Salt Lake City, UT 84148
- ZIP Code
- 84148
- Solicitation Number
- VA-259-10-RP-0054
- Response Due
- 1/4/2010
- Archive Date
- 3/5/2010
- Point of Contact
- C. Jean Olson
- E-Mail Address
-
Contract Specialist
(jean.olson@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Prospective offerors are encouraged to view this site frequently for any amendment to the solicitations. This solicitation is issued as a Request for Proposal (RFP), solicitation number VA-259-10-RP-0054. The George E. Wahlen Salt Lake City Health Care System, Salt Lake City, Utah, has a requirement for consignment of varying sizes of Silicone Orbital Implants. The contractor shall provide an estimated quantity of (2) each of various sizes of Silicone Orbital Implants to be located in the Operating Room at the George E. Wahlen Salt Lake City Health Care System, 500 Foothill Blvd., Salt Lake City, Utah 94148. Consignment inventories will be coordinated with the VA Prosthetic Staff. The contract period shall be for a base year with the Government's option to extend for (2) additional one-year periods. SUPPLIES/SERVICES PRICE/COST SCHEDULE The Contractor agrees to furnish on consignment, Silicone Orbital Implants to the VA Salt Lake City Health Care System, Salt Lake City, Utah. Inventory will be maintained at the George E. Wahlen VA Salt Lake City Health Care System, 500 Foothill Blvd., Salt Lake City, Utah 84048. Yearly quantities are estimates only. Base Year: Date of Award through January 31, 2011 ItemEst.Unit of UnitTotal No.Product No.QtyIssuePriceCost 001S6-1012u, 12mm Silicone Orbital Implant2Ea.$_____$______ 002S6-1013u, 13mm Silicone Orbital Implant2Ea.$_____$______ 003S6-1014u, 14mm Silicone Orbital Implant2Ea.$_____$______ 004S6-1015u, 15mm Silicone Orbital Implant2Ea.$_____$______ 005S6-1016u, 16mm2Ea.$_____$______ Silicone Orbital Implant 006S6-1017u, 17mm2Ea.$_____$______ Silicone Orbital Implant 007S6-1018u, 18mm2Ea.$_____$______ Silicone Orbital Implant 008S6-1019u, 19mm2 Ea.$_____$______ Silicone Orbital Implant 009S6-1020u, 20mm2Ea.$_____$______ Silicone Orbital Implant 010S6-1022u, 22mm2Ea.$_____$______ Silicone Orbital Implant Total All Line Items$ _____$ _____ Base Year Total Option 1:$ _____$ _____ Total Option 2: $ _____$ _____ STATEMENT OF WORK VASCULAR GRAFTS (AVANTA) 1. Consignment Location: Items under this contract/consignment agreement as listed in the Consignment inventory will be placed in the Operating Room at the George E. Wahlen VA Salt Lake City Health Care System (VASLCHCS), 500 Foothill Blvd., Salt Lake City, Utah, 84148. 2. Period of Contract: This contract shall become effective for a period of one year after date of award with the Government's option to extend for two additional one-year periods. 3. Order: In the event that the VASLCHCS should have a requirement to purchase replacement item(s), the VASLCHCS may do so at the price quoted by the Contractor in the Schedule. Contractor agrees to accept the VA Purchase Card as the preferred method of payment. Contractor agrees to accept the VA Purchase Card as the preferred method of payment. Purchase orders will be issued when deemed appropriate by the Medical Center. Reimbursement is made only if and when use of the item(s) is made by the VA. The physician will have the responsibility to determine which item to use. If the Contractor cannot provide special implants for specific patients, then the VA may procure the implants from another contractor. The physicians of this medical center will have final approval for acceptance of products. 4. Physical Inventory: All consignment inventories will be coordinated with VA Prosthetic staff. Contractor will remove or replace inventory as necessary. Initial delivery will be 30 days after notice of award. Replacement stents will be delivered within 2 days after receipt of order, subject to availability. VA Prosthetic staff may request that inventory having less than 90 days sterility/expiration date be removed and replaced. A list of all products will be provided to the Contracting Officer. These services will be completed at no cost to the Government. Contractor's personnel will periodically (no less than (4) times per year) conduct a physical inventory of the consignment inventory, with copy of inventory furnished to the Contracting Officer. 5. Liability: The Government assumes no liability for any item(s) assigned to the VASLCHCS on a consignment basis until such time as a requirement for the item(s) exists and a delivery order is placed against the agreement. Transportation charges will be borne by the Contractor for all delivery orders placed against the agreement. 6. Defects: The Contractor will replace defective products at no charge to the Government, unless the Government has misused or lost products. 7. Returns: Unused items will be returned to the Contractor at the end of the effective period of the consignment without reimbursement or other expenses to the VA. The VA shall issue purchase orders for all unreturned consigned product, including any lost, damaged, stolen or other missing product. 8. Alteration of Quantities under Consignment: The Contractor agrees that the total quantity of items furnished under this agreement can be changed at any time during the effective period of this agreement, if approved by both the Contractor and an authorized VA representative by contract modification. Terms of payment will apply to all additional items. Requirements for additional items shall not affect the minimum/maximum order requirements. 9. Technical Support: Contractor technical support will be available twenty-four (24) hours a day in order to provide consultation on technical issues and in-service training as needed. Contractor will return telephone calls for assistance to VASLCHCS within 30 minutes of VASLCHCS's telephone call to Contractor. OTHER CONTRACT REQUIREMENTS CENTRAL CONTRACTOR REGISTRATION (CCR). All contractors must register in the CCR prior to contract award. Registration may be started online at http://www.ccr.gov/ccrstart.html. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333. A Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisitions Circular 2005-36. In accordance with 52.252-2, Clauses Incorporated by Reference, clauses incorporated by reference have the same force and effect as if they were given in full text. The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions; 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-9 Option to Extend the Term of the Contract, VAAR 852.203-70 Commercial Advertising, VAAR 852.216-70 Estimated Quantities, VAAR 852.270-1 Representatives of Contracting Officers, VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes the following clauses; 52.203-13, 52.219-4, 52.219-25, 52.219-28,52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33; 852-233-70, Protest Content/Alternative Dispute Resolution; 852.237-70, Contractor Responsibilities; 852.273-76, Electronic Invoice Submission; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 52.211-6 Brand Name or Equal, Offeror Representations and Certifications - Commercial Items must be completed and provided with offers. Prospective Offerors must also respond to 52.212-2, Evaluation of Offers. 1. Salient Characteristics. Silicone, pliable, non-porous material. Must prevent fibrovascular in-growth of the surrounding tissues into the implant. This implant may be considered best used in cases of trauma, such as a severe gunshot wound to the orbit, where extra-ocular muscles are unidentifiable. 2. Past Performance. Offeror shall provide a minimum of 3 references, including name, address, telephone number and point of contract for whom the same or similar type work has been performed. 3. Price. Award Statement. Salient Characteristics and Past Performance, when combined are of greater importance when compared to price. The North American Industry Classification System code for this procurement is 339113. Quotations in response to this solicitation should be emailed to jean.olson@va.govor faxed to 801-584-2506. Quotations must be received on or before 4:30 p.m. Mountain Standard Time, on January 4, 2010. All responsible sources may submit a quotation that shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SLCVAMC660/SLCVAMC660/VA-259-10-RP-0054/listing.html)
- Record
- SN02027323-W 20091220/091218234756-3d89f684d056b59a517f7690407bc870 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |