Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2014 FBO #4424
SOLICITATION NOTICE

65 -- 757-14-1-797-0008 - Shoulder Instruments - Arthroscopic Shoulder Instruments

Notice Date
1/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, Columbus VAOPC, Department of Veterans Affairs Outpatient Clinic, Contracting Officer (90C), 420 N. James Road, Columbus, Ohio, 43219, United States
 
ZIP Code
43219
 
Solicitation Number
VA250-14-Q-0128
 
Archive Date
3/16/2014
 
Point of Contact
Jonathan Chales,
 
E-Mail Address
jonathan.charles@va.gov
(jonathan.charles@va.gov)
 
Small Business Set-Aside
N/A
 
Description
S02. Open Market Solicitation S03. COMBINED SYNOPSIS COMBINED SYNOPSIS/SOLICITATION NOTICE DATE: 2 January 2014 PRODUCT: Arthroscopic Shoulder Instruments FACILITY: Columbus VA Ambulatory Care Center AGENCY: Department of Veterans Affairs THIS IS A COMBINED SYNOPSIS AND SOLICITATION ANNOUNCEMENT. THE PURPOSE OF THIS ANNOUNCEMENT IS TO OBTAIN OFFERS FOR ARTHROSCOPIC SHOULDER INSTRUMENT REQUIREMENTS. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE EVALUATION AND AWARD DECISIONS. SEE SF1449 FOR DETAILED SOLICITATION INFORMATION. STATEMENT OF PURPOSE Columbus, Chalmers P. Wylie, VA Ambulatory Care Center (Columbus VA) is seeking sources under NAICS Code 339112 (size standard of 500 employees) that are able to provide a Arthroscopic Shoulder Instruments with the characteristics listed below. All interested vendors are invited to provide information to contribute to this solicitation including. The purpose of this synopsis/solicitation is to promote competition among Small Business relative to NAICS 339112. Responses to this synopsis/solicitation will be used by the Government to make evaluation and award decisions. IAW FAR 13, the Agency is looking for "Brand Name or Equal" shoulder instruments. The Chalmers P. Wylie VAACC has a requirement for three (3) complete sets of instrumentation to do arthroscopic shoulder surgeries. They should be capable of performing full range of arthroscopic surgeries. The criteria being considered is price and technical acceptability. Price should be the lowest priced offer which conforms to the key features which make up the technical acceptability criteria. Key Features: To be considered "technically acceptable" the Arthroscopic Shoulder Instruments should be capable of the following: •- Performing full range of arthroscopic surgeries •- Performs small incisions (1 cm each) using camera to visualize inside joint The offer must also conform to the following Form, Fit and Function: •- All the tools for bone and tissue preparation as well as suture management and knot tying •- For infection control instruments must be stainless steel •- Must have sharp tips for easy suture passage •- Must offer "Brand Name or Equal" If, offering "Or Equal" then Offeror must provide sufficient information to allow comparison to the following "Brand Name" items: •o Stryker 3910-500-722 STABILIHOOK LEFT •o Stryker 3910-500-723 STABILIHOOK RIGHT •o Stryker 3910-500-724 CUFF HOOK LEFT •o Stryker 3910-500-725 CUFF HOOK RIGHT •o Stryker 3910-500-727 SUTURE MANIPULATOR •o Stryker 3910-500-728 TISSUE GRASPER WITH RATCHET •o Stryker 3910-500-729 CROCHET HOOK •o Stryker 3910-500-730 KNOT MANIPULATOR FULL LOOP •o Stryker 3910-500-731 RASP 20 DEG UP •o Stryker 3910-500-732 RASP 20 DEG DOWN •o Stryker 3910-500-733 TISSUE LIBERATOR BLADE UP •o Stryker 3910-500-734 TISSUE LIBERATOR BLADE DOWN •o Stryker 3910-500-735 PENETRATING GRASPER RIGHT •o Stryker 3910-500-736 PENETRATING GRASPER LEFT. •o Stryker 3910-500-737 PENETRATING GRASPER STRAIGHT •o Stryker 3910-500-738 PENETRATING GRASPER 30 DEG •o Stryker 3910-500-739 PENETRATING GRASPER 45 DEG •o Stryker 3910-500-740 SUTURE GRASPER WITH RATCHET •o Stryker 3910-500-741 SUTURE GRASPER •o Stryker 3910-500-742 SUTURE CUTTER 2MM •o Stryker 3910-500-743 CHAMPION SHOULDER SYSTEM INSTRUMENT TRAY •o Stryker 3910-500-800 3MM PROBE •o Stryker 3910-500-850 5MM PROBE Additional considerations IAW FAR 9 & 13: •- Past Performance •o No past performance complaints in durability or instruments nor promptness of answering questions about instruments in the Past Performance Information Retrieval System (PPIRS) http://www.ppirs.gov/ •- Customer Service •o Capable of answering questions regarding instruments •o Customer Service Center open during business hours 8 A.M. to 4:30 P.M. EST •- Delivery Must be within 30 days of receipt of order Those offers that meet the above features are thus considered technically acceptable and will then be evaluated based on price. The lowest priced technically acceptable offer will be awarded the order. STATEMENT REGARDING QUESTION SUBMISSION Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received within a reasonable time prior to close of the solicitation may not be considered. STATEMENT REGARDING RESPONSE ACTION Contractors responding to this Synopsis/Solicitation Notice need to provide the following information to Jonathan Charles, Contracting Specialist, via email to jonathan.charles@va.gov, by no later than noon (12:00 P.M. EST) on 16 January 2014: Company Name, Address, Phone Number, Point of Contact, Teaming Arrangements (i.e. subcontracts) and Socioeconomic Status. ABOUT THE AGENCY Columbus VA Ambulatory Care Center is a state of the art medical facility which opened on November 12, 2008 and is located in Columbus, Ohio. Columbus VA is a part of the VA Healthcare System of Ohio, U.S. Department of Veterans Affairs. Columbus VA serves veterans from 13 counties of Central Ohio, including Franklin, Hardin, Morrow, Knox, Coshocton, Union, Delaware, Licking, Muskingum, Madison, Perry, and Morgan. Columbus VAACC has Community Based Outpatient Clinics (CBOCs) located in Grove City, Marion, Newark, and Zanesville, and is also the parent facility for the Veterans Readjustment Counseling Center (Vet Center) located in downtown Columbus. Approximately 250,000 veterans reside in the clinic's Primary Service Area. STATEMENT REGARDING SOURCE SOCIO-ECONOMIC CONSIDERATIONS The purpose of this notice is to promote competition from the following socio-economic categories: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUB Zone, Small Disadvantaged Business (8a), Woman Owned Small Business, Small Business, and others. In accordance with VA Acquisition Regulation 852.219-10 a SDVOSB is defined as a small business concern, not less than 51% of which is owned by service-disabled veterans or, in the case of any publicly owned business, not less than 51% of the stock of which is owned by service-disabled veterans (or eligible surviving spouses). Further the management and daily business operations are controlled by service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. In addition the business meets size standard for NAICS 339113 stated above and is verified for ownership and control and is so listed in the Vendor Information Pages database, http://www.vetbiz.gov. Moreover qualified SDVOSB concern agree that in the performance of the contract, at least 50% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran owned small business concerns. STATEMENT REGARDING SET-A-SIDE REQUIREMENT This solicitation is a Small Business set-aside and only qualified Sellers can bid. STATEMENT REGARDING RESPONSE ACTION CONTRACTING OFFICE: Jonathan D. Charles Contract Specialist Network Contracting Office (NCO) 10, Supply Team 420 North James Road Columbus, Ohio 43219-1834 Telephone: 614.388.7031 Facsimile: 614.388.7500 Email: jonathan.charles@va.gov E N D
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA250-14-Q-0128/listing.html)
 
Record
SN03260410-W 20140104/140102234524-83099c36d6c5ad10474023b0f232ae70 (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 |
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.