Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOLICITATION NOTICE

65 -- SPS SURGICAL INSTRUMENTS

Notice Date
3/27/2020 9:59:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0472
 
Response Due
4/1/2020 12:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
rachelle.hamer@va.gov
(rachelle.hamer@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 Combined Synopsis Solicitation: SPS Surgical Instruments 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 36C25020Q0472 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective January 15, 2020. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 1,000 employees. This RFQ is for Brand Name or Equal. Statement of Work (SOW): Background The Louis Stokes Department of Veterans Affairs Medical Center (CLE VAMC), Sterile Processing Service (SPS), is requesting the procurement of (3) surgical instrument sets. Scope CLE VAMC, SPS, is requesting the procurement of (3) sternal fixation systems. These sternal fixation systems are utilized on patients that have soft sternal bone or sternal separation that is not able to be approximated with sternal wires. CLE VAMC, SPS, is looking for a system that is Brand Name or Equal to the Zimmer-Biomet Sterna lock Blu system. The contents of this system are listed below. OEM MODEL # DESCRIPTION TOTAL QTY NEEDED ZIMMER BIOMET 01-7600 2.0/2.4 MM SCREWDRIVER HANDLE 6 ZIMMER BIOMET 01-9095 BEUSE PLATE HOLDING FORCEPS 3 ZIMMER BIOMET 01-9728 2.0 PLATE BENDING PLIERS 6 ZIMMER BIOMET 24-1186 2.4 PLATE HOLDING WAND 3 ZIMMER BIOMET 51-0960 WIRE CUTTING PLIER D-A 22CM TC 3 ZIMMER BIOMET 73-0006 SL BLU SCREW SIZER 3 ZIMMER BIOMET 73-1191 STERNALOCK PD BLADE 6 ZIMMER BIOMET 73-1194 STERNALOCK BLADE 6 ZIMMER BIOMET 73-1300 STERNALOCK BLU SMI MODLAR TRAY 3 ZIMMER BIOMET 73-2306 STERNALOCK BLU CONTAINER 3 ZIMMER BIOMET 24-1112 BONE REDUCTION FORCEPS 6 ZIMMER BIOMET 73-2597 SL REDUCTION FORCEP WIDE 3 ZIMMER BIOMET 74-1193 SL360 MANUBRIUM BONE PUNCH 3 ZIMMER BIOMET 74-1192 SL360 NEEDLE GUIDE 3 ZIMMER BIOMET 74-1195 PLATE BENDER STRGHT THREADED 6 ZIMMER BIOMET 73-1952 PLATE 8 HOLE STRAIGHT 9 ZIMMER BIOMET 73-2622 PLATE 4 HOLE SQUARE 9 ZIMMER BIOMET 73-2623 PLATE 8 HOLE X 24 ZIMMER BIOMET 73-2632 PLATE 12 HOLE LADDER 3 ZIMMER BIOMET 73-2634 PLATE 12 HOLE WIDE LADDER 3 ZIMMER BIOMET 73-2636 PLATE 4 HOLE WITH GAP 9 ZIMMER BIOMET 73-2643 PLATE 4 HOLE L 100 DEG 12 ZIMMER BIOMET 73-2645 PLATE 8 HOLE JL 9 ZIMMER BIOMET 73-2408 SCRW 2.4X8MM CANCELOUS LOCKING 24 ZIMMER BIOMET 73-2410 SCRW 2.4X10MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2412 SCRW 2.4X12MM CANCELOUS LOCKNG 96 ZIMMER BIOMET 73-2414 SCRW 2.4X14MM CANCELOUS LOCKNG 96 ZIMMER BIOMET 73-2416 SCRW 2.4X16MM CANCELOUS LOCKNG 72 ZIMMER BIOMET 73-2418 SCRW 2.4X18MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2420 SCRW 2.4X20MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2708 SCRW 2.7X8MM CANCELOUS LOCKING 24 ZIMMER BIOMET 73-2710 SCRW 2.7X10MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2712 SCRW 2.7X12MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2714 SCRW 2.7X14MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2716 SCRW 2.7X16MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2718 SCRW 2.7X18MM CANCELOUS LOCKNG 24 ZIMMER BIOMET 73-2720 SCRW 2.7X20MM CANCELOUS LOCKNG 24 Requirements Contractor shall provide all appropriate Manufacturer s Indications for use; Contractor shall provide onsite education to all Sterile Processing Service Technicians and Operating Room staff; Plates shall be double sided and are able to be contoured to fit the patient s anatomy; Plates shall be considered low-Profile and range from less than 1.8 mm; Plates shall have a variety of different plate types to include L-Plates, Square plates, X-Plates, JL Plates, straight plates, and ladder plates ; Screws shall range in size from 8-20 mm in length and 2.4 to 2.7 mm in diameter; Plates and screws shall be made of surgical grade equal to TI-6AL-4V/GRADE 5 OR TI-6AL-4V ELI/GRADE 23; Surgical Stainless-steel instrumentation shall be made from either martensitic 420/2303, 440 or strong; Stainless steel instruments shall follow the following standards: ASTM F1089-10 STANDARD TEST METHOD FOR CORROSION OF SURGICAL INSTRUMENTS ASTM F899-12B STANDARD SPECIFICATION FOR WROUGHT STAINLESS STEELS FOR SURGICAL INSTRUMENTS ASTM F1744-96 (2016) STANDARD GUIDE FOR CARE AND HANDLING OF STAINLESS-STEEL SURGICAL INSTRUMENTS All surgical instruments and implants shall be forged, assembled and finished in Germany, Belgium, Sweden or United States; Surgical instruments who s blanks from Pakistan, China, India, Malaysia, North Korea, or another TAA non-compliant country will not be considered; All items shall be able to be sterilized at a minimum of 273 degrees Fahrenheit for 5 minutes in a pre-vacuum sterilizer. Samples, Inspection, Testing All surgical instrument/implant proposals shall be subject to technical review. All vendors are required to provide the following documentation prior to technical review: DOCUMENT LISTING THE REQUESTED ITEMS ABOVE, THEIR EQUIVALENT MODEL #, AND PROVIDE A FULL AND COMPLETE DESCRIPTION OF THE PRODUCT BEING OFFERED (INCLUDING SIZE AND SPECS OF EACH INSTRUMENT). INDICATIONS FOR USE (IFU) THAT WILL DESCRIBE THE COMPLETE DISASSEMBLY, CLEANING, DECONTAMINATION, ASSEMBLY, AND STERILIZATION PARAMETERS. PICTURES OF EACH PIECE OF INSTRUMENTATON BEING REQUESTED Upon CLE VAMC, SPS request, vendor may be required to send up to 5 different instruments of their choosing for preliminary inspection under a digital microscope before the order is placed. These instruments will be checked for PITTING, RUST, CORRECT SIZE OF INSTRUMENTATION WELDS OF THE INSTRUMENTS APPROXIMATION OF JAWS FINISHING PROCESS OF JAWS AND OVERALL INSTRUMENT TEETH WITHIN THE JAWS OF THE INSTRUMENT Upon Delivery, surgical instrumentation and implants will be inspected for quality by SPS management. Any deficiencies will be communicated to the contracting officer to include: PITTING, RUST, CORRECT SIZE OF INSTRUMENTATION WELDS OF THE INSTRUMENTS APPROXIMATION OF JAWS FINISHING PROCESS OF JAWS AND OVERALL INSTRUMENT TEETH WITHIN THE JAWS OF THE INSTRUMENT Packaging and Delivery Completed units will be delivered within 30 days after contract has been awarded to : Louis Stokes Cleveland VAMC c/o Sterile Processing Service 1-w-122 10701 East Blvd Cleveland, Ohio 44106 Contractor shall assemble all instruments/implant trays within 2 weeks of arrival. Place of Performance (place of delivery)-Destination Louis Stokes Cleveland VAMC c/o Sterile Processing Service 1-w-122 10701 East Blvd Cleveland, Ohio 44106 Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items; 852.203-70; 852.211-70; 852.232-72; 852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ ; 52.232-40 (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 52.232-33 are applicable). The following provisions apply to this acquisition: Addendum to 52.212-1, Instructions to Offerors-Commercial; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ ; 52.204-7 (end of addendum 52.212-1) 52.212-3. Offer Evaluation and Award: This is a competitive Request for Quotations (RFQ) that will be evaluated and awarded following the procedures in FAR Part 12 and 13 using price and other factors. The Government will issue/award a Firm-Fixed Price Purchase Order or delivery order for Brand Name or Equal to the responsible vendor/contractor/offeror whose quote/offer best conforms to the requirements within the solicitation and is considered to provide the best value to the Government. �The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to do so.� In addition to a price comparison, the other following factors will be evaluated: Technical (Brand Name or Equal); Delivery; Past Performance (CPARS); Special Features of the Supply Required for effective program performance; Probable life of the item selected as compared with that of a comparable item; Warranty Considerations; Maintenance Availability; Delivery Terms; and Sample/Inspection Testing. A Price Comparison will be completed. 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. In addition to providing a quote, please provide literature to be able determine the product meeting the requested specifications must be provided.� 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. The vendor/contractor/offeror shall be an Original Equipment Manufacturer (OEM).� If not the OEM, then an authorized OEM distributor, dealer, reseller letter for the proposed equipment/system, such that the provided OEM warranty and service are maintained and remain enforceable, must be provided with your response.� All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. �The Contractor shall provide new items ONLY; no remanufactured or ""gray market"" items. �All items must be covered by the manufacturer's warranty. F.O.B. shall be destination. 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. Quotes are to be broken out to include line item pricing for each item, and installation including any premium time required. RESPONSES ARE DUE: Wednesday, April 1, 2020 at 5:00 PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25020Q0472| SPS Surgical Instruments in the email subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61072be0ae2d49f088b8ef478a2c52ae/view)
 
Place of Performance
Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05602985-F 20200329/200327230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.