Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOLICITATION NOTICE

65 -- NX EQ Irrigators (VA-20-00038134)

Notice Date
8/17/2020 12:12:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G20Q0075
 
Response Due
9/4/2020 9:00:00 AM
 
Archive Date
10/04/2020
 
Point of Contact
LaSheena Christian, Contract Specialist, Phone: (202) 701-5592
 
E-Mail Address
lasheena.scott@va.gov
(lasheena.scott@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 Solicitation Number: 36C10G20Q0075 Notice Type: Combined Synopsis/Solicitation Synopsis: Combined Synopsis/Solicitation/ Full and Open Competition This is a combined synopsis/solicitation for Stryker® or Equal Brand StrykeFlow II Suction / Irrigator 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 36C10G20Q0075 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-06 dated June 5, 2020. Requirement Description: In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, the Department of Veterans Affairs (VA) is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost. For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans. The VA has a requirement to purchase Stryker® ® or Equal Brand StrykeFlow II Suction / Irrigator and related equipment to deliver patient care at its VA medical facilities throughout the United States. Stryker® ® or Equal Brand StrykeFlow II Suction / Irrigator is optimized for streamlined flow throughout all components, from inflow to outflow, thus enabling enhanced passage of immersed blood clots or stones. A wide range of suction and irrigation tubes provide tailored solutions for a variety of laparoscopic procedures and anatomies. The Stryker® StrykeFlow II Suction / Irrigator is designed to provide various flow rates during laparoscopic procedures that require irrigation. The system is easy to set up and use, has an ergonomic grip, and promotes efficient turnover of the operating room. The proposed acquisition is for a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract. The type of Stryker® or Equal Brand StrykeFlow II Suction / Irrigator required for this program has been identified as most advantageous to the Government to be incorporated into a national Requirements Contract. The salient characteristics (SC) for these commercial items are identified in the NX EQ StrykeFlow II Suction / Irrigator Attachment B Product List. A Requirements contract with Firm-Fixed-Price orders will be awarded in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the vendor s best terms for cost/price and technical capabilities of the Stryker® ® or Equal Brand StrykeFlow II Suction / Irrigator and related equipment. The government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies. The associated size standard is 1000 employees. This procurement action is solicited as full and open competition. This procurement is in accordance with FAR clause 52.211-6, Brand Name or Equal which requires that the vendor indicate each product that is being offered as an equal product. In accordance with FAR Part 13.106-2, the Government will perform an evaluation in an impartial manner using a comparative analysis of the quotes received. The Government intends to compare quotes to one another to select the product that is best suited to fulfill the requirement for Stryker® ® or Equal Brand StrykeFlow II Suction / Irrigator and related equipment as identified in Attachment A, Cost/Price Schedule. The VA is looking to establish a twelve-month base period with two 12-month option periods. All interested vendors shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule which includes the option years. Delivery is FOB destination and requires delivery to VA medical facilities throughout the United States. Firm-Fixed-Price Orders will be placed against this contract in writing and will provide the exact delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria in the attached addenda also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Vendor that provides a technically acceptable quote that conforms to the solicitation and which is determined to be the most beneficial (i.e., best value) to the government, considering technical capability, past performance, and price. Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in SAM All interested vendors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition and found on Attachment C, Contract Clauses. All questions should be submitted no later than (TBD)August 24, 2020 12:00PM EST Quotes are due (TBD)September 4, 2020 at 12:00PM EST to Lasheena Christian at lasheena.scott@va.gov and Timothy.Johnson13@va.gov. See attached document: Attachment A - Cost Price Schedule. See attached document: Attachment B - Min Salient Characteristics Product Description. See attached document: Attachment C - Contract Clauses. See attached document: Attachment D - Solicitation Provisions. See attached document: Attachment E - Quarterly Sales Report.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4466ac2532f14e648a7c7a7f7c690c2d/view)
 
Record
SN05761641-F 20200819/200817230208 (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.