Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2011 FBO #3388
DOCUMENT

65 -- Surgical Tools (Stryker- Name brand or Equal) - Attachment

Notice Date
3/3/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;1601 Brenner Ave;Salisbury NC 28144
 
ZIP Code
28144
 
Solicitation Number
VA24611RQ0164
 
Response Due
3/11/2011
 
Archive Date
4/10/2011
 
Point of Contact
Dori Dabbs
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation RFQ number VA-246-11-RQ-0164 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. It is the Offerors responsibility to ensure that the quote is received. The associated North American Industry Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. If offeror has a FSS/GSA number, please include it on your offer. See below for a list of instruments required, or equivalent. Item numbers below are Stryker Corporation. This is a BRAND NAME OR EQUAL requirement. "Or equal" offers must include a full product description in sufficient technical detail to allow the Government to determine the item to be at least equal to the brand name items listed above. Far provision at FAR 52.211-6, Brand Name manufacturer and part number of the item must be included in quotation. The Department of Veterans Affairs, VISN 6 Centralized Acquisition Service, Asheville VA Medical Center has a requirement for the following 33 line items: 5400-130-000 CORE SUMEX DRILL 1 EA 5400-131-000 CORE Sumex Hand Switch 1 EA 5400-034-000 CORE SAG SAW 1 EA 5100-004-000 STANDARD CABLE 1 EA 5100-009-000 HANDSWITCH 1 EA 5400-099-000 U DRIVER 1 EA 4100-110-000 SYNTHES DRILL 1 EA 4100-132-000 5/32" DRILL W/KEY 1 EA 5400-210-050 Maestor Straight M Attachment 1 EA 5400-210-072 Maestro Long angled attached 1 EA 5100-120-450 ELITE SABER MEDIUM ATTACHMENT 1 EA 5100-120-452 ELITE SABER MED ANGLED ATTACH 1 EA 5100-120-470 ELITE SABER LONG ATTACHMENT 1 EA 5100-120-472 ELITE SABER LONG ANGLE ATTACH 1 EA 5100-120-480 SABER X-L STRAIGHT ATTACHMENT 1 EA 5100-120-482 SABER X-L ANGLED ATTACHMENT 1 EA 5400-278-000 CORE STERILE CASE-LARGE 1 EA PROCARE COVERAGE: TOTAL OF 3 YEARS COVERAGE PER UNIT (FIRST YEAR AT NO CHARGE): 5400-210-072W Maestro Long Ang Attch ProCare 2 YR 5100-120-452W Elite Saber Ang Att ProCare 2 YR 5400-210-050W Maestro Straight M Attach Procare Warranty 2 YR 5100-120-482W Saber XL Angled Att ProCare 2 YR 5400-034-000W CORE Sagital Saw Procare Warranty 2 YR 5100-120-470W Straight Long Att ProCare 2YR 5100-120-480W X-Long Straight Att ProCare 2 YR 5100-120-450W Elite Saber Med Att ProCare 2 YR 5100-120-472W Long Angled Att ProCare 2 YR 5400-099-000W CORE U-Driver Procare Warranty 2 YR 5400-130-000W CORE Sumex Drill Procare Warranty 2 YR 5400-131-000W CORE Sumex Handswitch ProCare 2 YR 5100-004-000W TPS Handpiece Cord Procare Warranty 2 YR 5100-009-000W TPS Hand Switch Procare Warranty 2 YR 4100-110-000W Synthes Drill Procare Warranty 2 YR 4100-132-000W Jacobs Drill Procare Warranty 2 YR When submitting quotes, please list items in same order as shown above. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUN number, and size status (i.e., small business disadvantaged business or woman owned business). Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. Offerors must comply with all instructions contained in provision 52.212-1, Instruction to Offerors- Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, which represents lowest evaluated cost or price, technically acceptable bid. Technical acceptability will be evaluated based on the function and operation of the item in accordance with the Government's specifications. 52.212-3, Offeror Representations and Certifications - Commercial Items, a completed copy of this provision shall be submitted with the offer, as applicable. 52.214, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 16, 17, 18, 19, 20, 25, 30, 33, and 39.The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award FAR 52.204-7, Central Contractor Registration (October 2003) (B) (2) the offeror shall provide its DUNS, or if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offerors is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: 803.570-2, Commercial Advertising. 804.1102 VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (OCT 2010) (DEVIATION) (a) The apparently successful offeror, unless currently listed as verified in the Vendor Information Pages (VIP) at: www.vetbiz.gov database, shall submit to Department of Veteran Affairs' (VA) Center for Veterans Enterprise (CVE) within five business days of receipt of written notice of its status as the apparently successful offeror, a verification application in accordance with 38 Code of Federal Regulations (CFR) Part 74 with such reasonable adequate documentary material, as necessary, establishing as follows: (1) The owner or owners of 51 percent or more of the offeror is/are service- disabled Veteran(s), Veteran(s), or an eligible surviving spouse thereof, as applicable, for the instant acquisition. In this regard, the apparently successful offeror shall submit a VA Form 0877 to CVE via VA's VIP at: www.vetbiz.gov, internet site. This confidential and secure electronic application will enable CVE to inform the CO of the service-disabled Veteran or Veteran status of the owner(s) of the offeror without the CO having to receive and secure confidential individually identifiable information or personal health care information on this topic. (2) Eligible parties own 51 percent or more of the concern (see 38 CFR 74.3). Adequate documentation can include copies of official stock certificates, articles of incorporation, partnership agreement, operating agreement, or other similar documentation which reasonably demonstrates the percentage of Ownership by eligible parties; and (3) Eligible parties control the concern (See 38 CRF 74.4). Control includes both the strategic policy setting exercised, for example, by boards of directors, and the day-to-day management and administration of business operations. Adequate documentation should include articles of incorporation, corporate by-laws, partnership agreement, operating agreement, resumes, disclosure of any other current employment, or other relevant documentation, as applicable, which demonstrates control of the strategic and day-to-day management of the offeror by eligible parties, as applicable. Delivery, which shall occur with 60 calendar days of contract award, shall be FOB DESTINATION to VA Medical Center, 1100 Tunnel Road, Asheville, NC 28805. The contractor is responsible for all freight charges. Interested persons may identify their interest and submit a quote. The Government shall consider all proposals received by 10:00 AM EST, March 11. 2011. Send quotes to: dori.dabbs2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC659/SaVAMC659/VA24611RQ0164/listing.html)
 
Document(s)
Attachment
 
File Name: VA-246-11-RQ-0164 VA-246-11-RQ-0164_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180221&FileName=VA-246-11-RQ-0164-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180221&FileName=VA-246-11-RQ-0164-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02392431-W 20110305/110303234429-38ac7bd44f3ff8baee1fe430828dbac1 (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.