Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2019 FBO #6407
SOLICITATION NOTICE

65 -- Aesculap OEM Universal Ring Flat Table Camp w/ Vertical Post Bariatric Surgical Instruments

Notice Date
6/7/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468
 
Solicitation Number
36C24219Q0374
 
Response Due
6/12/2019
 
Archive Date
6/14/2019
 
Point of Contact
Wilmen.Joa@va.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24219Q0374 Posted Date: 06/07/2019 Original Response Date: 06/12/2019 Current Response Date: 06/12/2019 Product or Service Code: 6515 Set Aside: None NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a business size standard of 1,000 employees. This procurement is being issued as sole source. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing, with a business size standard of 1000 employees. All interested companies shall provide quotation(s), for the following: VA Department of Veterans Affairs, New York Harbor Brooklyn Campus VAMC, 800 Poly Place Brooklyn, is seeking to purchase a Brand Name Only Aesculap Surgical Instruments and accessories. Supplies 6 pc mb336r grooved directors w/ tongue tie 115mm 6 pc bn006r director w/tongue str 160mm 6 pc mg571 probe with eye, sterling 115mm 6 pc bn036r probe w/eye 2.5mm 160mm 6 pc bf112r foerster-ballengr spng fcpserstr180mm 6 pc bf122r foerster sponge fcps serr str 245mm 25 pc bh145r crile forceps cvd 140mm 12 pc bh155r crile forceps del cvd 1x2 140mm 6 pc bh443r rochester-pean forceps cvd 160mm 6 pc bh445r rochester-pean forceps cvd 185mm 4 pc jc254r aesculap tray feet 3/4 406x253x100mm 4 pc jc114r aesculap tray feet 1/2 243x253x100mm 4 pc fo532r leksell-stille bone rongeur 240mm 4 pc mg581r leksell rongeur full curve 5mm d/a 245mm 4 pc fo118r reposition forceps 200mm 2 pc fo648r liston-stille bone-cutting fcps 265mm 2 pc fo649r liston-key-horsley bne-cutting fcp255mm 1 pc mb515 oval ring small 216mm x 305mm 1 pc mb516 oval ring medium 267mm x 381mm 1 pc mb670r flat table clamp w/ vertical post 1 pc mb821r bariatric flat table clamp w/ vert post 1 pc mb487r horizontal bar fixed 1 pc mb823r bariatric horizontal bar fixed 7 pc mb510 tilting blade clamp 1 pc mb508 vertical extension fat bar 305mm 1 pc mb822r vertical extension fat bar 356mm 2 pc mb504 post clamp 2 pc mb524 kelly retractor blade 51mmx77mm 2 pc mb525 kelly retractor blade 51mm x 102mm 2 pc mb543 harrington sweetheart blade38mm x 127mm 2 pc mb832r harrington blade 114mm x 254mm 1 pc mb534 balfour bladder blade 77mm x 64mm 2 pc mb860r malleable ribbon blade 19mm x 50mm 2 pc mb867r malleable ribbon blade 38mm x 203mm 24 pc bh642r kocher-ochsner forceps str 1x2 160mm 24 pc bh106r jacobson mosquito fcpsx-del str.130mm 24 pc mb229r jacobson mosquito fcpsx-del cvd.130mm 24 pc bh205r adson hemostatic fcps cvd.215mm 24 pc bh144r crile forceps str 140mm 24 pc bh167r crile forceps cvd 160mm 6 pc bf122r foerster sponge fcps serr str 245mm 6 pc mb182r carmalt artery forceps cvd 300mm 1 pc mb470r balfour 77mm x 89mm 6 pc us891 stringer closed w/lock 350 x 65mm 16 pc us890 stringer closed w/lock 300 x65mm 10 pc us889 stringer closed w/lock 250 x65mm 10 pc us888 stringer closed w/lock 200 x 65mm 10 pc us926 stringer closed w/lock150 x 65mm 10 pc us814 stringer closed w/lock 100x65mm 6 ea mg265r volkmann retr us 2-prong blnt 11mm 220mm 6 ea mg267r volkmann etr us 4-prong blnt 26mm 220mm 6 ea mg269r volkmann etr us 6-prong blnt 40mm 220mm Services Items to be delivered. The delivery/task order period of performance is 01 July 2019 to 01 August 2019. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver all line items to VA Department of Veterans Affairs, New York Harbor Brooklyn Campus VAMC, 800 Poly Place Brooklyn, NY 11209. Place of Performance-Delivery Brooklyn VAMC Address: 800 Poly Place Brooklyn, NY Postal Code: 11209 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Aesculap Brand instruments from OEM. Non-manufacture ruling is adhered to and followed in this requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 1984) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions**. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Wilmen.Joa@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Aesculap Surgical Instruments and accessories defined herein.    The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 06/12/2019 11 A.M at email address listed above for Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Wilmen Joa Email: Wilmen.Joa@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0374/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;New York Harbor Brooklyn Campus VAMC;800 Poly Place;Brooklyn, NY
Zip Code: 11209
Country: USA
 
Record
SN05334798-F 20190609/190607230024 (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.