Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2023 SAM #7765
SOLICITATION NOTICE

65 -- Two Sets of Conduit, Skyline, Cervical DePuy Surgical Instruments

Notice Date
2/28/2023 9:09:10 AM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24923Q0168
 
Response Due
3/6/2023 2:00:00 PM
 
Archive Date
04/05/2023
 
Point of Contact
John.McDaniel1@va.gov, John E. McDaniel, Phone: 615-225-6788
 
E-Mail Address
John.Mcdaniel1@va.gov
(John.Mcdaniel1@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Network Contracting Office 09, hereby provides notice of its intent to award a sole source, one (1) firm fixed-price contract for Two Sets of Conduit, Skyline, Cervical DePuy Surgical Instruments to DePuy Synthes Sales, Inc., a Division of Johnson & Johnson. The contract is expected to be awarded in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically, FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303 2. A Justification under for Other Than Full and Open Competition has been prepared. The anticipated award date is 17 March 2023. The contractor will provide these products to the Lexington Veterans Affairs Medical Center at the Troy Bowling Campus, 1101 Veterans Drive, Lexington KY 40502-2235. NAICS Code: 339112 Surgical and Medical Instrument Manufacturing (SBA Size Standard 1000 Employees) PSC: 6515 Medical and Surgical Instruments, Equipment, and Supplies. Technical Specifications: Instruments provided in this acquisition should have the following qualities: Instruments must be German stainless steel Must be reusable through means of reprocessing as outlined in VHA Directive 1116(2) and AAMI ST79 Offers must be an exact match to the following: Product Code Product Description Quantity 202000101 AWL 2.0MM 2 288303000 DEPTH GAGE W/BALLTIP PROBE 2 202549 VSP SOUNDING PROBE 2 202000116 TAP SLEEVE 2 202000119 DRILL GUIDE MODULAR HANDLE 2 202000120 NAV DRILL GUIDE BODY 2.2-2.4MM 2 202000123 NAV DRILL GUIDE BODY 2.8-3.2MM 2 03.614.029 COMPRESSION FORCEPS 2 03.614.028 DISTRACTION FORCEPS 2 03.614.023 ROD HOLDER 2 288305700 ROD INTRODUCER 2 202000134 SCREW/HEAD/ROD ADJUSTER 2 202000135 ROD CUTTER 3.5 AND 4.0 RODS 2 202000138 COUNTER TORQUE 2 202000140 REDUCER KERRISON 2 202000145 FRENCH ROD BENDER 3.5 AND 4.0 2 202000146 BENDING IRON RIGHT 2 202000147 BENDING IRON LEFT 2 388.868 ROD TEMPLATE 240MM 2 202000157 UNILATERAL INSERTER 2 202000158 PEDICLE PROBE 3.2MM STR 2 202000159 PEDICLE PROBE 3.2MM CUR 2 288307100 CROSS CONNECTOR BENDER 2 202000163 COUNTER TORQUE R2R X-CONN 2 202000222 NAV 2.2MM DRILL FOR 3.0MM SCRW 2 202000224 NAV 2.4MM DRILL FOR 3.5MM SCRW 4 202000228 NAV 2.8MM DRILL FOR 4.0MM SCRW 2 202000232 NAV 3.2MM DRILL FOR 4.5MM SCRW 2 202000401 POLY SCREWDRIVER RETEN SLEEVE 4 202000410 TISSUE SLEEVE FOR POLY DRIVER 4 202000403 X15 DRIVER FINAL TIGHTENER 4 202000405 NUT DRIVER SELF RETAINING 2 202000407 X15 SELF RETAINING INSERTER 4 202000500 AO HANDLE SMALL W SWIVEL 4 202000501 AO HANDLE MEDIUM W RATCHET 2 202000504 AO HANDLE TORQUE LIMITING3.0NM 2 202033330 TAP 3.0MM STD THREAD 4 202033335 TAP 3.5MM STD THREAD 4 202033340 TAP 4.0MM STD THREAD 2 202033400 POLY SCREWDRIVER SHFT X20 4 202033540 TAP 4.0MM CFX THREAD 2 202033545 TAP 4.5MM CFX THREAD 2 202033550 TAP 5.0MM CFX THREAD 2 202033555 TAP 5.5MM CFX THREAD 2 279792109 EXP INSTR CASE GENERIC LID 4 202099001 CORE SYMP 1OF2 IMPL/INST GC 2 202099002 CORE SYMP 2OF2 INST GC 2 CEC00101 CERVICAL INSTRUMENT TRAY 2 CET30131 SLENDER INSERTER 2 CET30101 INSERTER 2 CET30201 IMPACTOR 2 CET60100 REMOVAL FORCEPS 2 410270112 ONE LEVEL SIZING TRIAL 12/14MM 2 410270116 ONE LEVEL SIZING TRIAL 16/18MM 2 410270120 ONE LEVEL SIZING TRIAL 20/22MM 2 410270228 TWO LEVEL SIZING TRIAL 28/30MM 2 410270232 TWO LEVEL SIZING TRIAL 32/34MM 2 410270236 TWO LEVEL SIZING TRIAL 36/38MM 2 410270342 THREE LVL SIZING TRIAL 42/45MM 2 410270348 THREE LVL SIZING TRIAL 48/51MM 2 410270354 THREE LVL SIZING TRIAL 54/57MM 2 286506000 PLATE HOLDER 2 410210200 SCREW STARTER 2 410220100 SELF RETAINING X15 DRIVER 4 410280100 CAM DRIVER SHAFT 4 289707000 UNIPLATE CAM TGHTNR TORQ HNDL 2 410290130 TRADITIONAL TEMPLATE CADDY 2 410220200 TEMPORARY FIXATION PIN 8 410290100 CASE - COMPLETE 2 Special Requirements: All items should include a standard warranty at a minimum, extended warranty is optional / value added. All items should include documentation detailing instructions for use, cleaning, reprocessing, etc. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement within three calendar days after publication of this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE PHOTOPHERESIS KITS in the subject line. Any documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy all the requirements listed above to John E. McDaniel, Contract Specialist, by email at John.McDaniel1@va.gov NO LATER THAN 4:00 PM CDT, on 6 March 2023. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90edc2c5a407423d9fe08756922b51dc/view)
 
Place of Performance
Address: Lexington Veterans Affairs Medical Center Troy Bowling Campus 1101 Veterans Drive, Lexington, KY 40502-2235
Zip Code: 40502-2235
 
Record
SN06604246-F 20230302/230228230111 (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.