DOCUMENT
65 -- Surgical Power Tools - Attachment
- Notice Date
- 11/25/2014
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Suite 300;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11914Q0244
- Response Due
- 12/11/2014
- Archive Date
- 2/9/2015
- Point of Contact
- Debbie Frankovich
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Amendment is to extend the Deadline for Submission of Quotes (Response Date), provide answers to industry questions, and update Schedule B as follows: 1) The Deadline for Submission of Quotes is hereby modified from 12/03/15 to Thursday, December 11th, 2015 at 4:00 PM EDT. 2) An updated version of "Schedule B" is hereby provided as part of this Amendment. 3) Answers to Industry Questions are being provided as follows: Question No. 1: a) On attachment B, a few of the lines contain more than one description (i.e. 0016 & 0017). Should we be filling in two products numbers on one line or just choose on product even though it does not satisfy both descriptions? Answer: CLINs 0016, 0017, 0041, 0042, 0068, and 0069 have been revised to separate the two sizes of keyed and keyless chuck(s). Please see SubClins under each row. b) For the electric and pneumatic systems, there is not a response line for the power console handpiece cord or hose. Should we include it on the same line as the associated handpiece or not provide pricing at this time? Answer: Yes, the cord(s) or hose(s) must be combined with the associated handpiece. Question No. 2: Please provide additional details concerning sample requirements as described in attachment "D" of the solicitation with the following information: a) The number of samples. Answer: Quoters shall submit a product sample for each item being quoted. For example, if a quoter submits a quote for the Electric Power Tool, one sample of must be provided for each one of the CLINs associated (0001 through 0025). b) The use of samples. Answer: Product samples will be evaluated to determine compliance with all of the MTRs. Samples will not be utilized in a clinical setting. c) Ability of the contractor to view and participate in the sample evaluation. Answer: The contractor will not be able to participate in the evaluation of samples. d) A list of individuals and titles that participate in the sample evaluation. Answer: Only the individual(s) associated with the Source Selection Evaluation Board (SSEB) will be able to participate in the sample evaluation. The names and titles of the members cannot be provided. e) Additional specific detail on the arrival process of the samples. Answer: Samples arrive in the Procurement & Logistics Office (P&LO) in Washington, DC. The assigned POC will receive the samples and lock them in a secure location. Samples are only opened on the day of the technical evaluation. Each quote is reviewed separately and rated on MTR's compliance as well as against the provided literature. Samples are then sent back as long as a return shipping label(s) is provided by the vendor. f) Please provide additional details regarding the disposal and destruction of the samples after evaluation. Answer: All product samples that are submitted without return pre-paid postage and shipping slips will become Government property and may be disposed of as the Government sees fit. g) How is the solicitation compatible with VAAR and FAR policies as it relates to contract priorities? Answer: The RFQ was posted unrestricted requesting open market items due to the results of extensive market researched performed throughout several months to include items available through the Federal Supply Schedule (FSS). h) We understand the VAAR is in the process of being updated to reflect the FAR processes as a higher level of authority. Will these changes be included in the current solicitation? Answer: No changes to the BPA Terms and Conditions or Evaluation Criteria in this RFQ are expected to be made prior to the deadline for submission of offers. Question No. 3: What is the relationship between the BPA and the Federal Supply Schedule containing the same products? Answer: Market research showed that not all of the items required for each one of the systems (Electric, Battery, and Pneumatics) are available through the FSS. Therefore, the RFQ was posted Open Market. a) Specifically which contract will take precedence by the Federal Government; the BPA or the Federal Supply Schedule? Answer: RFQ is being solicited through commercial sources; Market research has shown the FSS is not able to fulfill the requirements of this RFQ. Quoters must note that in order to submit a valid response to this RFQ, they must provide a quote for all of the CLINs-SCLINs associated with the type of surgical power tool being proposed. b) May a manufacturer bid only on those CLINs that are appropriate to the manufacturers products? Answer: No, quoters must provide a quote all of the CLINs-SCLINs associated with the type of surgical power tool being proposed. c) Specifically may the Government award more than 1 contract based on each CLIN or must an offeror bid on all CLINs to be considered responsive? Answer: Quoters must provide a quote all of the CLINs-SCLINs associated with the type of surgical power tool being proposed. The Government may award up to three BPAs, one per each type of surgical power tool (Electric, Battery, and Pneumatics). Question No. 4: Could you provide us more detail on the specifications for item # 2? If you have a model number in mind with part numbers, plus accessories would be very helpful. Answer: The Requiring Activity is not requesting any specific model numbers. However, all proposed products must meet the Minimum Technical Requirements (MTRs) in order to be considered acceptable. Question No. 5: Would it be possible to still submit a bid on this solicitation, given the fact that we currently do not participate in the Med Surg Prime Vendor Program. Answer: Please note the following language in the RFQ: a. If the selected VA FSS Vendor is not an SDVOSB: Participation in the Medical Surgical Prime Vendor Program (MSPV) is required. The Contractor shall invoice orders placed under the MSPV Program in accordance with the MSPV contract terms and conditions. b. If the selected Vendor is a Service Disabled Veteran Owned Small Business (SDVOSB): Participation in the MSPV Program is not required. The Contractor shall invoice decentralized orders, not placed under the MSPV, as indicated on the individual delivery order. If the SDVOSB elects to participate in the MSPV Program, the SDVOSB shall invoice orders placed under the MSPV Program in accordance with the MSPV contract terms and conditions. BPA PHASE IN PERIOD: This BPA is effective 90 days after the date signed by the Government, or sooner upon mutual agreement. The phase in period will allow any vendor not already part of the Medical/Surgical Prime Vendors (MSPV) program to become fully initiated. FYI: http://www.va.gov/oal/business/nc/mspv.asp Question No. 6: Is it required that the products offered under the subject solicitation be on an FSS contract? Answer: No, subject action is posted in FBO as an Unrestricted/Open Market RFQ; there is no need to have any of the products on an FFS contract. Question No. 7: Do all of the products offered for this BPA have to be on our FSS contract? Answer: See answer to question No. 6 above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d16a0cee461e99c61f3ef26a5f5c5ccf)
- Document(s)
- Attachment
- File Name: VA119-14-Q-0244 A00001 VA119-14-Q-0244 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745349&FileName=VA119-14-Q-0244-A00001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745349&FileName=VA119-14-Q-0244-A00001000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-14-Q-0244 A00001 VA119-14-Q-0244 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745349&FileName=VA119-14-Q-0244-A00001000.docx)
- Record
- SN03581571-W 20141127/141125234324-d16a0cee461e99c61f3ef26a5f5c5ccf (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 |