Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOURCES SOUGHT

65 -- Orthopedic Surgical Robotic Systems Multiple Award BPAs

Notice Date
4/11/2023 11:40:27 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G23Q0068
 
Response Due
4/26/2023 1:00:00 PM
 
Archive Date
06/25/2023
 
Point of Contact
Tonya W. Purce, Contract Specialist, Phone: 202-815-9502
 
E-Mail Address
tonya.purce@va.gov
(tonya.purce@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the ORTHOPEDIC SURGICAL ROBOTIC SYSTEMS product line as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished by awarding two or more Blanket Purchase Agreements (BPA). The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance is for a 60-month ordering period from the date of award. The SAC in conjunction with VHA is seeking a qualified source to manufacture digital refractors on an agency wide basis. VA intends to award multiple BPAs to vendors with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) for supply of this equipment. Vendors will be required to deliver orthopedic surgical robotic systems to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 750 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/ . All quoters must be certified as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes 2.0 SCOPE Orthopedic Surgical Robotic Systems were developed to facilitate minimally invasive surgery and to ultimately help surgeons perform procedures more consistently and accurately than with manual techniques. Robotic surgical systems were first introduced in the mid to late 1980 s and utilized for brain biopsies and prostate surgeries. The first robot intended for orthopedic surgery was developed in the early 1990's to aid hip replacements. Current orthopedic surgical robots are used for knee and/or hip replacements. VA estimates the following quantities during the 60-months ordering period: CLIN Item Description UOM YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0001 Orthopedic Surgical Robotic System (Knee and Hip) EA 3 3 3 3 3 0002 Annual Service Agreement EA 3 3 3 3 3 The Department of Veterans Affairs (VA) is seeking vendors who can provide Orthopedic Surgical Robotic Systems which meet all the following Minimum Technical Requirements (MTRs): MTR # Minimum Technical Requirement Method of Evaluation MTR Literature Map Document Title Page # MTR 1 Perform robotic partial knee replacement procedures Literature Review MTR 2 Perform robotic total knee replacement procedures Literature Review MTR 3 Perform robotic total hip replacement procedures Literature Review MTR 4 FDA approved for indicated robotic procedures Literature Review MTR 5 Provide the surgeon with the ability to pre-plan the procedure within defined cutting boundaries and surface Literature Review MTR 6 Provide the surgeon with the ability to constrain the movement of the robotic cutting tool to minimize bone and tissue damage Literature Review For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the MTRs. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e1209ebe33b4cbcba34064c1f449c7d/view)
 
Place of Performance
Address: Nationwide
 
Record
SN06647558-F 20230413/230411230112 (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.