Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2023 SAM #7738
SOURCES SOUGHT

65 -- Stryker Surgical Instruments (Spine Set) Michael E. DeBakey VA Medical Center

Notice Date
2/1/2023 1:17:57 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0408
 
Response Due
2/8/2023 2:00:00 PM
 
Archive Date
02/11/2023
 
Point of Contact
Marcos Madrazo-Jones, Contract Specialist, Phone: (713) 791-1414 x22136
 
E-Mail Address
marcos.madrazo-jones@va.gov
(marcos.madrazo-jones@va.gov)
 
Awardee
null
 
Description
This is a sources sought announcement only and not a request for quotes, bids, or proposals. This request is solely for the purpose of conducting market research to enhance the Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) understanding of the market offered products, services, and capabilities. Your responses to the sources sought will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The VA, NCO 16 is seeking to identify potential qualified vendors capable of providing the Brand Name Only Stryker Spine Instrument Sets provided in attachment A. This requirement is for the Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard Houston, TX 77030. Further details can be found in the Statement of Work (SOW). The North American Industry Classification Code (NAICS) is 339112, Surgical and Medical Instrument Manufacturing with a size standard of 1000 employees. Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of fulfilling the requirement: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources). All responsible vendors and interested parties please respond to this sources sought announcement if you can fulfill the requirements described in the SOW and attachment A. Responses to this sources sought shall include the following information: 1. Your company name, address, point of contact name, phone number, fax number, e-mail address(s), UEI number, number of employees, and company website if available. 2. If you are an GSA/FSS contract holder are the referenced items available on your schedule/contract? Provide your company GSA/FSS contract number and contract expiration date, if applicable. 3. Is your company a contract holder on any other federal contract? If so, please provide the contract number. 4. Socio-economic status of business such as but not limited to (SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business, Large Business, etc.). 5. Is your company considered small under the NAICS code identified in this sources sought announcement? 6. Is your company the manufacturer, distributor, or an equivalent for the products being offered? If an authorized distributor or equivalent, can you provide documentation from the manufacturer confirming authorization to provide the referenced items and/or products being offered? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 7. If your company is 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). 8. If your company is an authorized distributor or equivalent for the items identified; do you alter, assemble, modify the items and/or products being offered in any way? If so, state how and what is altered, assembled, or modified? 9. What is the manufacturing country of origin of the items and/or products being offered? 10. Delivery Timeframe The Government would like to know the standard delivery time frame for a requirement like this. 11. Provide warranty information for the instruments identified in attachment A. 12. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if Contracting Officer determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Estimated pricing will not be used to evaluate for any type of award. Interested vendors are reminded that in accordance with FAR subpart 4.12, offerors and quoters are required to complete electronic annual representations and certifications in System for Award Management (SAM) accessed via https://www.sam.gov as a part of required registration (see FAR 4.1102 - Policy). All registrants are required to review and update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this sources sought notice become property of the Government. Interested vendors should submit an email to marcos.madrazo-jones@va.gov. All responses must be received in writing no later than 4:00 PM CST on February 8, 2023. Questions or inquiries will not be answered or acknowledged, and no feedback or evaluations will be provided. No solicitation document is available at this time. This notice is to acquire information only, therefore your response will not be considered for a contract award. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately. If no responses to this notice are received from an authorized distributor of the cited brand name, then this action will be sole sourced to the manufacturer cited in paragraph two above. STATEMENT OF WORK (SOW) INTRODUCTION/BACKGROUND: The Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard Houston, TX 77030 is looking to procure Brand Name Stryker Spine Instrument Sets for the surgeons in the Operating Room. MEDVAMC is requesting Stryker spine instrument sets to ensure compliance with Veterans Health Administration (VHA) Directive 1220, Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting, dated MAY 13, 2019. Paragraph (6) (e) 2 (Inpatient Intermediate Invasive Procedure Complexity, Operating Room, Instrument Sets) states that there must be a duplication of all Department of Veterans Affairs (VA) major instrument sets and no less than one vascular set available for emergency use. MEDVAMC currently owns approximately 75% of the specialized instrumentation for surgical services. However, there are substantial loaner and/or consignment instrument sets being utilized which not only have specific timelines for acquisition and use but are also extremely limited in availability due to being shared amongst multiple medical centers in the Houston area.  An analysis has been conducted collaboratively between the Surgeons and Sterile Processing Services Chief to determine which instruments are required to nullify a critical safety issue for the care of our Veterans which occurs when surgeries are postponed or cancelled.  REQUIREMENT OVERVIEW: The scope of this procurement is to procure additional spine instrument sets to augment the existing sets in use at MEDVAMC. The brand name only Stryker spine instrument sets listed in Attachment A has been identified as meeting the needs of the Government. See attached document: Attachment A - Stryker Spine Sets line item spreadsheet for the complete list of required surgical instruments broken down by sets 0001 through 0016. LINE ITEM DESCRIPTION QUANTITY UNIT OF ISSUE MEDVAMC 0001 Reference Attachment A Tab MEDVAMC 0001 1 SET MEDVAMC 0002 Reference Attachment A Tab MEDVAMC 0002 1 SET MEDVAMC 0003 Reference Attachment A Tab MEDVAMC 0003 1 SET MEDVAMC 0004 Reference Attachment A Tab MEDVAMC 0004 1 SET MEDVAMC 0005 Reference Attachment A Tab MEDVAMC 0005 1 SET MEDVAMC 0006 Reference Attachment A Tab MEDVAMC 0006 1 SET MEDVAMC 0007 Reference Attachment A Tab MEDVAMC 0007 1 SET MEDVAMC 0008 Reference Attachment A Tab MEDVAMC 0008 1 SET MEDVAMC 0009 Reference Attachment A Tab MEDVAMC 0009 1 SET MEDVAMC 0010 Reference Attachment A Tab MEDVAMC 0010 1 SET MEDVAMC 0011 Reference Attachment A Tab MEDVAMC 0011 1 SET MEDVAMC 0012 Reference Attachment A Tab MEDVAMC 0012 1 SET MEDVAMC 0013 Reference Attachment A Tab MEDVAMC 0013 1 SET MEDVAMC 0014 Reference Attachment A Tab MEDVAMC 0014 1 SET MEDVAMC 0015 Reference Attachment A Tab MEDVAMC 0015 1 SET MEDVAMC 0016 Reference Attachment A Tab MEDVAMC 0016 1 SET SPECIFICATIONS (PHYSICAL CHARACTERISTICS): Stryker spine sets contains multiple instruments with various components. The sets required are Stryker Spine s most  advanced and proprietary surgical technologies, that with the VA s purchase, will provide 24/7 ability to support a comprehensive number of procedures, both electively necessary, emergent, and traumatic. Beyond the scope of this physical purchasing of sets includes Stryker Spine s dedicated senior surgical representatives which provide full scale in house operative support of this equipment at all times. A continuum of practice that the surgeons and staff of MEDVAMC are familiar with and trust from years of strong service and working relationships. The sets required would encompass all abilities and very importantly, backup to service instrumentation for open posterior spine procedures from Thoracic 1 to the Pelvis. Including but not limited to: Thoraco-Lumbar Tumors Thoraco-Lumbar Fractures & Traumas Thoraco-Lumbar Deformity Thoraco-Lumbar Degeneration Thoraco-Lumbar Stealth Navigated Fusion Spondylolisthesis Reduction & Fusion Transforaminal Lumbar Instruments Fusion Posterior Lateral Instrumented Fusion Adjacent Level Degeneration Revision Fusions and Attachment Disc Prep Screw Augmented Fusion Pelvic Fixation WARRANTY AND SUPPORT: The warranty and support shall cover all the surgical instruments in accordance with standard manufacturer s warranty. DELIVERY LOCATION: Delivery of all quantities shall occur no later than 45 days After Receipt of Order (ARO) to the following location: Michael E. DeBakey VA Medical Center Receiving Warehouse Building 100 2002 Holcombe Boulevard Houston TX 77030-4298 All instrument sets shall be shipped at once (complete) versus as they come available. CONTRACT CHANGES/MODIFICATIONS: The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements of this contract. The vendor shall communicate with the VA technical representative on all matters pertaining to contract administration and technical direction. Only the CO is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd38f30747c645039c31d51ab0e777d9/view)
 
Place of Performance
Address: Department of Veterans Affairs Michael E. DeBakey VA Medical Center 2002 Holcombe Boulevard Houston, TX 77030
 
Record
SN06579930-F 20230203/230201230117 (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.