Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
DOCUMENT

65 -- TITAN INSTRUMENTS BRAND NAME OR EQUAL - Attachment

Notice Date
7/24/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25014Q0572
 
Response Due
7/31/2014
 
Archive Date
10/29/2014
 
Point of Contact
RACHELLE HAMER
 
E-Mail Address
RACHELLE.HAMER@VA.GOV
(rachelle.hamer@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is VA250-14-Q-0572 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This is a small business set-aside and the associated NAICS code is 339112 and small business size standard is 500 employees. The requirement is for a Titan Instruments. See attached statement of work for description and requirements. Delivery location is Cleveland VAMC, 10701 East Blvd, Cleveland, OH 44106 and shall be FOB destination. Delivery and installation required within 30 days of contract award. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-74. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation and Award This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Parts 12 and 13. The Government intends to make one (1) award from this RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technically Acceptable. The equipment must be Brand Name or Equal: "Model:Titan "Manufacturer:Aesculap "Model/Item Number:FM3 numbers next to the Item description Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1FM317T: TITAN DIAD.MICROFCPS.RING 1MM STR.185MM 1/EA 20.00EA____________________________________ 2FM318T: TITAN DIAD.MICROFCPS.RING 1MM STR.210MM 1/EA 20.00EA____________________________________ 3FM319T: TITAN DIAD.MICROFCPS.RING 1MM STR.230MM 1/EA 20.00EA____________________________________ 4FM327T: TITAN DIAD.MICROFCPS.PLATEAU STR.185MM 1/EA 20.00EA____________________________________ 5FM328T: TITAN DIAD.MICROFCPS.PLATEAU STR.210MM 1/EA 20.00EA____________________________________ 6FM329T: TITAN DIAD.MICROFCPS.PLATEAU STR.230MM 1/EA 20.00EA____________________________________ 7FM337T: TITAN MICROFCPS DEBAKEY 1MM STR.185MM 1/EA 20.00EA____________________________________ 8FM338T: TITAN MICROFCPS DEBAKEY 1MM STR.210MM 1/EA 20.00EA____________________________________ 9FM339T: TITAN MICROFCPS.DEBAKEY 1MM STR.230MM 1/EA 20.00EA____________________________________ 10FM258T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 185MM 1/EA 20.00EA____________________________________ 11FM259T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 210MM 1/EA 20.00EA____________________________________ 12FM260T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 230MM 1/EA 20.00EA____________________________________ 13FM238T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 185MM 1/EA 20.00EA____________________________________ 14FM239T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 210MM 1/EA LOCAL STOCK NUMBER: 1035905 - 20.00EA____________________________________ 15FM240T: TITAN DIAD.MICRO NEEDLEHOLD.RD HDL 230MM 1/EA 20.00EA____________________________________ 16FM252T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 185 1/EA 20.00EA____________________________________ 17FM253T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 210 1/EA 20.00EA____________________________________ 18FM254T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 230 1/EA 20.00EA____________________________________ 19FM232T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 185 1/EA 20.00EA____________________________________ 20FM233T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 210 1/EA 20.00EA____________________________________ 21FM234T: TITAN DIAD.MIC NDL HDL RD HDL W/O LK 230 1/EA 20.00EA____________________________________ GRAND TOTAL__________________ Offers should be submitted electronically by the date and time indicated on page to rachelle.hamer@va.gov. Offerors shall indicate available delivery. In addition to completing the Price/Cost Schedule, the offeror shall provide technical descriptions in sufficient detail to allow the Government to ascertain the Offerors capability to meet the requirement. It will not be the Government's responsibility to obtain any technical information not provided. An Offeror's initial quote should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process. All questions and concerns regarding this solicitation shall be directed to the Contracting Officer. The following VAAR Clause applies 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection Quotes are to be emailed to Rachelle Hamer at Rachelle.hamer@va.gov no later than July 31, 2014, 5PM EST. STATEMENT OF WORK SURGERY INSTRUMENTATION: VASCULAR SURGERY A.GENERAL INFORMATION 1. Title of Project: SURGERY INSTRUMENTATION: VASCULAR SURGERY 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified 3. Background: The Medical Center Surgical Service is looking to procure surgical instruments for our VASCULAR SURGERY department. Based on the need of this instrumentation quickly, we request expeditious processing of the order via Contracting and the vendor. 4. Performance Period: The period of performance is __One-Time Purchase 5. Type of Contract: Lowest-Price Technically Acceptable 6. Place of Performance: LSCDVA Medical Center 7. Performance Based Contract: N/A B.GENERAL REQUIREMENTS The following is a list of surgical instrumentation that our surgeons are requiring. The medical center would prefer instrumentation from AESCULAP since this is currently our standard instrumentation for the service in our other surgical trays. "This therefore leads to a product that has incomparable operating sensitivity, and light weight handling. The instruments must also have a non-magnetic material, which makes the instruments have exceptional gripping jaw surfaces. Instruments must also be color coded for easy identification, and needle-holders must be labeled for suggested suture size. Above everything, instrumentation must contain non-reflecting surface finish (i.e. titanium). All Instruments must be made/assembled in Germany or United States and must be constructed of High Grade, German Forged Titanium. Instruments from other countries (including but not limited to Pakistan, China, Taiwan, Vietnam, etc ¦) cannot be considered. " C.SCHEDULE FOR DELIVERABLES 1. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25014Q0572/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0572 VA250-14-Q-0572_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1520633&FileName=VA250-14-Q-0572-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1520633&FileName=VA250-14-Q-0572-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03437327-W 20140726/140724235916-acc35704ea38ebbe7c02fe00fcf82715 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.