Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
DOCUMENT

65 -- VA250-15-Q-0432 Screw Removal Set - Attachment

Notice Date
9/10/2015
 
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
VA25015Q0432
 
Response Due
9/16/2015
 
Archive Date
10/17/2015
 
Point of Contact
Christopher A. Callihan
 
E-Mail Address
k
 
Small Business Set-Aside
Total Small Business
 
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 VA250-15-Q-0432 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 2005-82. The associated NAICS code is 339112 - Surgical and medical instrument manufacturing and small business size standard is 500 employees. This is a total small business set-aside. The requirement is for two SCREW REMOVAL SETS. Delivery location is the Louis Stokes, Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106-1702. 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 2005-82. 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 shall 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 shall 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: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule. The following VAAR Clauses apply 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 (at least One Year) Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 16 September 2015 3:00 p.m. EST. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:Name:_____________________________________________ Address:___________________________________________ City, ST Zip:_______________________________________ Telephone Number:__________________________________ Fax Number:_______________________________________ E-mail:____________________________________________ b. GOVERNMENT: Christopher Callihan, Contract Specialist Department of Veterans Affairs Network 10 Contracting Office 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 EMAIL: Christopher.callihan@va.gov 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X]Upon Delivery 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE Specifications VAMC Cleveland, is requesting the procurement of (2) ACUMED ACUTRACK SCREW &PLATE REMOVAL SYSTEMS (OR EQUAL) for our orthopedic and podiatry surgery departments. These devices are used to remove old or broken screws that were previously implanted in a patient's arm and/or leg. INSTRUMENT CONSTRUCTION: oInstruments shall be considered reusable by the manufacturer oInstruments shall be made/assembled in Germany or the United States, and shall be constructed of a minimum of 316 grade German (or U.S. grade equivalent) forged surgical stainless steel. It is preferred that either 420 to 440 grade German (or U.S. grade equivalent) forged surgical stainless steel is utilized when applicable. oAll instruments shall be forged, assembled, and made in the USA or a country belonging to the European Union (i.e. Germany, Belgium). Instruments from other countries including but not limited to Pakistan, India, China, Taiwan, Vietnam, etc., shall not be provided. Likewise, any single use instruments shall not be provided. oAll instruments purchased shall be able to be sterilized either via 270-275 degree Pre-Vac Steam Cycle. oIt is preferred that all instruments offer a lifetime guarantee against manufacturer defect. oComplex surgical instrumentation (i.e. Hip/knee systems, screw systems, powered instruments) shall require the Sales representative to provide appropriate training to all physicians, clinical staff, O.R. staff, and SPS Staff prior to using the equipment live in surgery. SPECIFICATIONS: oSet shall contain instruments required for removing intact screws or damaged screws that are difficult to remove. oSet shall be of a modular design to ensure that the assembly is ideally suited to requirements and the set is always complete. Instruments layout shall be clear to ensure the instruments are easy to locate and reduces the risk of selecting the wrong instrument. oSet shall allow for the extraction of ANY screw produced by ANY manufacturer. oSet shall include tools to remove hex drive, star drive, cruciform screw heads. oSet shall allow for the removal of cortical, cancellous, shaft, cannulated, locking screws and bolts. oSet shall allow for the removal of broken screw via hollow reamers and extraction bolts. oSet shall include tools that can remove screws with a damaged screw recess via conical extraction screws. Set shall include these parts or their equivalent: ManufacturerPART #DESCRIPTIONQUANITY ACUMED80-05831.5MM QUICK RELEASE SOLID HEX DRIVER4 ACUMED80-06322.0MM QUICK RELEASE SOLID HEX DRIVER4 ACUMEDHPC-00252.5MM QUICK RELEASE SOLID HEX DRIVER4 ACUMED80-06333.0MM QUICK RELEASE SOLID HEX DRIVER4 ACUMED80-06343.5MM QUICK RELEASE SOLID HEX DRIVER4 ACUMED80-06354.0MM QUICK RELEASE SOLID HEX DRIVER4 ACUMED80-05981.5MM EASYOUT4 ACUMED80-05992.0MM EASYOUT4 ACUMED80-06002.5MM EASYOUT4 ACUMED80-06013.0MM EASYOUT4 ACUMED80-06023.5MM EASYOUT4 ACUMED80-06034.0MM EASYOUT4 ACUMED80-03991.5MM LEFT-HANDED DRILL4 ACUMED80-04002.0MM LEFT-HANDED DRILL4 ACUMED80-04012.5MM LEFT-HANDED DRILL4 ACUMED80-04023.0MM LEFT-HANDED DRILL4 ACUMED80-04033.5MM LEFT-HANDED DRILL4 ACUMED80-04044.0MM LEFT-HANDED DRILL4 ACUMED80-0210ACUTRAK MINI TREPHINE4 ACUMED80-0209ACUTRAK STANDARD TREPHINE 20MM4 ACUMED80-02074/5 TREPHINE4 ACUMED80-0206PLUS TREPHINE4 ACUMED80-02056/7 TREPHINE4 ACUMED80-0211ACUTRAK 2 STANDARD TREPHINE4 ACUMED80-0212ACUTRAK 2 MINI TREPHINE4 ACUMED80-0213ACUTRAK 2 MICRO TREPHINE4 ACUMED80-0214ACUTRAK 2 5.5 TREPHINE4 ACUMED80-06053.0MM IMPACT DRIVER TIP4 ACUMED80-06064.0MM IMPACT DRIVER TIP4 ACUMED80-0612MICRO REMOVAL TIP8 ACUMED80-0613MINI REMOVAL TIP8 ACUMED80-0614STANDARD REMOVAL TIP8 ACUMED80-0615LARGE REMOVAL TIP8 ACUMED80-0616EXTRA LARGE REMOVAL TIP8 ACUMED80-0610SCREW REMOVAL TIP SHAFT4 ACUMED80-0611REMOVAL TIP WRENCH4 ACUMED80-0607IMPACT DRIVER HANDLE4 ACUMED80-0617VISE GRIPS, TELEFLEX KM86002 ACUMEDMS-46211PERIOSTEAL ELEVATOR2 ACUMEDPL-CL06SHARP HOOK4 ACUMED 80-0586 ACUTRAK & ACUTTRAK 2 SCREW REMOVAL TRAY SSEMBLY2 ACUMED80-02163.5 CO TREPHINE4 ACUMED80-02172.7-2.3 CO TREPHINE4 ACUMED80-04012.5MM LEFT HANDED DRILL4 ACUMED80-04023.0MM LEFT HANDED DRILL4 ACUMED80-05831.5MM SOLID HEX DRIVER TIP, QUICK RELEASE4 ACUMED80-05981.5MM EASYOUT8 ACUMED80-06002.5MM EASYOUT8 ACUMED80-0610SCREW REMOVAL TIP SHAFT4 ACUMED80-0611REMOVAL TIP WRENCH4 ACUMED80-0612MICRO REMOVAL TIP12 ACUMED80-0613MINI REMOVAL TIP12 ACUMED80-0617LOCKING PLIERS, SMALL4 ACUMED80-0636CRUCIFORM DRIVER TIP, QUICK RELEASE4 ACUMED 80-0637 T-HANDLE, SMALL FIXED, QUICK RELEASE CONNECTOR2 ACUMEDHPC-002525MM QUICK RELEASE SOLID HEX DRIVER4 ACUMEDMS-46211PERIOSTEAL ELEVATOR2 ACUMEDPL-CL06SHARP HOOK2 ACUMED 80-0474 UNIVERSAL TRAY PLATE&SCREW REMOVAL ASSEMBLY2 Evalutions Evaluation will be conducted under FAR Part 8 and will be based on price, warranty, and the offered items meeting the Government's technical requirement. In addition the government may review documented safety or quality concerns relevant to this acquisition to include recalls and professional journals. Any subsequent award will be to the offeror that provides the best value to the Government. Offerors providing an or equal product should review the requirements listed in Section B to ensure that sufficient information is submitted that will allow for a technical review, to include photos, pamphlet, and manufacturer manuals/specification sheets. Quotes are due 9/9/2015 @ 1500 EST and should be submitted through GSA Ebuy. Any questions can be directed Christopher.callihan@va.gov no later than 9/8/2015 @ 1500 EST. Offerors are reminded that in response to this solicitation personnel from the Cleveland VAMC SHALL NOT BE contacted regarding this solicitation. Price/Cost Schedule Item Information ITEM DESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001SCREW REMOVAL SET 2.00SE____________________ GRAND TOTAL_________ Delivery Schedule ITEM NUMBERQUANTITYDELIVERY DATE AllSHIP TO:Department of Veterans Affairs Louis Stokes Cleveland VAMC 10701 East Boulevard Cleveland, OH 44106 1702All30 Days ARO MARK FOR: Shawn Huelsman 216-791-3800-6629 Shawn.Huelsman@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25015Q0432/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-15-Q-0432 VA250-15-Q-0432_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2307960&FileName=VA250-15-Q-0432-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2307960&FileName=VA250-15-Q-0432-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, Ohio
Zip Code: 44106-1702
 
Record
SN03880822-W 20150912/150911000746-17e0fdb95d3f36a8a6536f7491d21bdd (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  © 1994-2020, Loren Data Corp.