SOURCES SOUGHT
65 -- This is a Request for Information Brand Name Boss Instruments Neurosurgical Instruments No quotes will be accepted in response to this notice
- Notice Date
- 7/14/2020 9:34:41 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0808
- Response Due
- 7/16/2020 9:00:00 AM
- Archive Date
- 07/19/2020
- Point of Contact
- andrew.taylor3@va.gov, Andrew Taylor, Phone: (724) 285-2533
- E-Mail Address
-
Andrew.Taylor3@va.gov
(Andrew.Taylor3@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name Neurosurgical Instruments to be delivered to Philadelphia VA Medical Center (Corporal Michael J. Crescenz VA Medical Center) STATEMENT OF WORK NEUROSURGICAL INSTRUMENTS The Corporal Michael J. Crescenz VA Medical Center requires new instruments related specifically to Neurosurgical spine. Limitations in operative time available has forced the need to perform as many cases as possible into an operating room in a single day. The Philadelphia VA Medical Center has a high Veteran population suffering from surgically treatable cervical spine diseases. The most common approach is the anterior cervical discectomy and fusion. Due to turnover time issues and possibility of sterile processing errors it is challenging to perform more than one of these cases per day and we have a need to be able to double up and provide some redundancy in case of contamination. Brand Name required All instruments must be guaranteed to be free of defects in material and workmanship, no gray market items can be substituted. Any instrument failing as a result of such defect shall be replaced free of charge. 1 73-6155 Image-Line, depth gauge, color coded 2 2 73-6096 Image-Line Spring Loaded Handle 4 3 73-2956 Rigid Arm for MIS Retractor 2 4 73-2955 table Clamp for 73-2954 & 73-2956 Rigid arm 2 5 73-6102S Image-Line Transverse Frame w/Attachment for 73-2952T/73-2956 4 6 73-6120H Image-Line blade, short teeth, 30mm, silver New Locking Hub 4 7 73-6121H Image-Line, blade, short teeth, 35mm, blue New Locking Hub 4 8 73-6122H Image-Line, blade, short teeth, 40mm, red New Locking Hub 4 9 73-6123H Image-Line, blade, short teeth, 45mm, green New Locking Hub 4 10 73-6124H Image-Line, blade, short teeth, 50mm, violet New Locking Hub 4 11 73-6125H Image-Line, blade, short teeth, 55mm, black New Locking Hub 4 12 73-6126H Image-Line, blade, short teeth, 60mm, gold New Locking Hub 4 13 73-6127H Image-Line, blade, short teeth, 65mm, navy New Locking Hub 4 14 73-6129H Image-Line, blade, long teeth, 30mm, silver New Locking Hub 4 15 73-6130H Image-Line, blade, long teeth, 35mm, blue New Locking Hu 4 16 73-6131H Image-Line, blade, long teeth, 40mm red New Locking Hub 4 17 73-6132H Image-Line, blade, long teeth, 45mm, green New Locking Hub 4 18 73-6133H Image-Line, blade, long teeth, 50mm, violet New Locking Hub 4 19 73-6134H Image-Line, blade, long teeth, 55mm, black New Locking Hub 4 20 73-6135H Image-Line, blade, long teeth, 60mm, gold New Locking Hub 4 21 73-6136H Image-Line, blade, long teeth, 65mm,navy New Locking Hub 4 22 73-6104R Two Level case for image-line Holds Rigid Arm & Clamp, blades, handles & frames 2 23 Etching 4 DELIVERY/STORAGE REQUIREMENTS: Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair Deliver specified items only when site is ready Store equipment in dry condition inside facility Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government INSTRUCTIONS TO INTERESTED PARTIES It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor3@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on July 16, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) or General Services Administration e-Buy (GSA) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail, referencing 36C24420Q0808 to Contracting Officer at andrew.taylor3@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. (End of Document)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/51d91c213ab443bd8fb766a95e47c45e/view)
- Place of Performance
- Address: VA Philadelphia Medical Center (Corporal Michael J. Crescenz VA Medical Center) 3900 Woodland Ave, Philadelphia, PA 19014, USA
- Zip Code: 19014
- Country: USA
- Zip Code: 19014
- Record
- SN05721149-F 20200716/200714230202 (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 |