Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
DOCUMENT

65 -- STERNUM SAW SYSTEM - Attachment

Notice Date
3/27/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q0521
 
Response Due
4/3/2018
 
Archive Date
7/2/2018
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
Contracting Officer
(rachelle.hamer@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 5 Combined Synopsis Solicitation: Sternum Saw System General 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 notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25018Q0521 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective January 24, 2018. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Vendors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 750 employees. This solicitation is for Brand Name only. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is a SDVOSB set-aside in accordance with VAAR Part 819.7007. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819.7007. The VIP database will be checked both upon receipt of an offer and prior to award. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 System 8 Sternum Saw 6.00 EA 0002 Sternum Blade Guard 6.00 EA 0003 SYSTEM 8 BATTERY PACK, SMALL 12.00 EA 0004 System 8 Sagittal Saw 2.00 EA GRAND TOTAL 3. Statement of Work (SOW): STATEMENT OF WORK (SOW) Background. The Department of Veterans Affairs Network Contracting Office (NCO) 10, Louis Stokes Cleveland Veterans Affairs Medical Center (CLE VAMC), Surgery Service is in need of saws for their System 8 for Cardiothoracic Surgery. SCOPE. The contractor shall provide saws for the Surgery Services System 8 Equipment for use by Cardiothoracic Surgery. 3. Specific Tasks and Salient Characteristics. Saws will include: MFR Item # Salient Characteristics Stryker 8207000000 System 8 Sternum Saw Removal battery pack Speed: 14000cpm, 11000 cpm Excursion: 3.9mm Duty Cycle: 1min on/4 min off, 5 times Rest between cycles: 3 hours Max Temp of Applied Parts: Less than51 degrees Celsius Compatible with Sternal Blade Guard (7207003000) Compatible with Sternal Blade (0298-097-100) Stryker 7207003000 Sternum Blade Guard Compatible with sternum saw Stryker 8212000000 SYSTEM 8 BATTERY PACK, SMALL Indicator light to display status Voltage: 9.9 V (Direct Current) Energy: 134 wH Current: 30 A (Limited) Capacity: 1350 mAh Ingress Protection: IPX0 Insulated to prevent heat damage Shelf life of 30days without effecting charge Stryker 8208000000 System 8 Sagittal Saw Removable battery pack Speed: 12000cpm, 10000cpm Excursion: 5-degree arc Duty Cycle: 1min on/4 min off, 5 times Rest between cycles: 3 hours Max Temp of Applied Parts: 51 degrees Celsius Compatible with blade (2108-125-000) 4. Place of Performance: The supplies shall be delivered to the warehouse. The warehouse has a dock. Louis Stokes Cleveland Veterans Affairs Medical Center 10701 East Blvd. Cleveland, OH 44106 5. Government Holidays: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also, included would be any day specifically declared by the President. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4; Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-4, http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/; 52.232-40; 852.203-70; 852.219-10; 852.232-72; 852.246-70, one year or better; 852.246-71; (end of addendum 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.252-1, http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.212-2, and 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Brand Only Technical; Delivery; Past Performance, no lower than a satisfactory on Past Performance Information Retrieval System (PPIRS); and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 5. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 6. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is a SDVOSB set-aside in accordance with VAAR Part 819.7007. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Vendor include the schedule information on your quote. Quotes are to be broken out to include line item pricing for each line item. Responses are due Tuesday, April 2, 2018 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q0521/ ICU Beds in the email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0521/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0521 36C25018Q0521.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4181306&FileName=36C25018Q0521-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4181306&FileName=36C25018Q0521-000.docx

 
File Name: 36C25018Q0521 P03 LSJ.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4181307&FileName=36C25018Q0521-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4181307&FileName=36C25018Q0521-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH
Zip Code: 44106
 
Record
SN04868569-W 20180329/180327231817-83d2631675dc63d30ea8b87ba6b04cd1 (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.