SPECIAL NOTICE
65 -- Hip Arthroscopy Implants/ Consumables
- Notice Date
- 5/11/2016
- Notice Type
- Special Notice
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025916N0148
- Archive Date
- 5/27/2016
- Point of Contact
- UYEN THUY TRAN, Phone: 6195328149
- E-Mail Address
-
uyen.t.tran6.civ@mail.mil
(uyen.t.tran6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b)(1)(i), due to only one source being available to meet the Government's needs, to Stryker Corporation 5900 Optical Ct San Jose, CA 95138-1400 The requirement is for hip arthroscopy implants/consumables to provide hip arthroscopy diagnostic, labral repair and capsule closure platform. The Stryker Hip Platform is compatible with the existing Hip access sets and tissue preservation platform that is in use at NMCSD. The following supplies are needed: Line Item # Description Unit of Issue Qty 1 CAT02298 NANOPASS REACH CRESENT EA 10 2 CAT00223 TRANSPORT CANNULA 4,5,6 EA 5 3 CAT00241 PORTAL ENTRY KIT EA 5 4 3910900017 1.2X BRAID TT UHMWPE CO EA 24 5 CAT02589 SLING SHOT SUTURE PASSER EA 3 6 CAT01858 FG.NANOTACK SUTURE EA 10 7 CAT01859 FG.NANOTACK FLEX DRILL EA 5 8 CAT02438 FLOWPORT II CANNULA W EA 5 9 3910500312 ICONIX 1 TT 1.4 ANCHOR EA 10 10 CAT02590 SLING SHOT SUTURE PASSER 70 UP EA 5 11 3910500568 ICONIX 1.4 DRILL EA 10 12 CAT00224 TRANSPORT CANNULA 7,8,9 EA 5 13 CAT02854 SLING SHOT 45 LEFT EA 3 14 CAT02855 SLING SHOT 45 RIGHT EA 3 -Stryker Hip Arthroscopy diagnostic: The Flowport cannula has a polymer construction designed to reduce the potential for latrogenic damage and be gentle against joint surfaces. The flowport cannula has a 4mm working diameter that allows the Curved Stryker Samurai blade to create a capsulotomy. The Stryker Bridge can adapt to our currently owed Stryker hip scope and our flowport cannulas to allow visualization throughout the procedure. - Stryker labral Repair: Strykers Nanotack Flex system is a 1.4mm PEEK anchor and 1.4mm Flex drill bit. The flex design can facilitate anchor placement within close proximity to the rim for labral repair. The "Flex" design allows the anchor to be implanted using our currently owned straight and curved Nanotack guides. -Stryker labral Repair: Strykers IconIx Flex system is a 1.4mm all suture anchor and 1.4mm Flex drill bit. The Flex design can facilitate anchor placement within close proximity to the rim for labral repair. The all suture base system allows for less bone removal during pilot hole creation without compromising pull out strength. The "Flex" design allows the anchor to be implanted using our currently owned straight and curved Iconix guides. -Stryker Capsule Closure: The Stryker Slingshots pass and retrieve suture through a single portal using the Stryker transport cannula. The 2mm sharp tip on the slingshot allows for anatomic restoration of the capsule by not damaging the patients tissue due to the low profile tip. The Stryker slingshot is loaded with a zip line that has the optimal strength to close the capsule. Stryker is the only known company that can meet the requested requirement of providing hip arthroscopy diagnostic, labral repair, and capsule closure platform. This is the only system in the market that meets the requirements identified herein. Delivery is required on the following date: May 16, 2016 This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 7 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 10:00 AM Local Time, 12 May, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: uyen.t.tran6.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025916N0148/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04112710-W 20160513/160511234156-6383559e3435a110e695d9ae735a8585 (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 |