Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
DOCUMENT

65 -- Stryker Camera (Notice of intent to perform oral solicitation) - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q9604
 
Response Due
7/20/2018
 
Archive Date
7/30/2018
 
Point of Contact
Gregory Watson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for the Stryker camera will be set-aside for SDVOSB s. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 5 PM PST Friday July 20th 2018. This solicitation will be performed Monday July 23rd 2018. This will be a brand name or equal to solicitation to the following Items Manufactured by Stryker: Line No. Part No. Description Qty 1 1488010000 PKG, 1488 HD 3 CHIP CAMERA CONTROL UNIT (CCU) 1 EA 2 0220220300 PKG, L10 LED LIGHT SOURCE WITH AIM Each 1 EA 3 1488710122 1488 HD 3-CHIP INLINE CAMERA AND 18MM COUPLER KIT 2 EA 4 0240060103 SDC3 DICOM SOFTWARE 1 EA The following are for the Stryker camera and must meet the minimum salient characteristics to be technically acceptable: 1. Must operate on 115/120VAC 2. Units must be interchangeable with and work seamlessly with the existing Stryker camera system currently in use in the OR. This includes complete and seamless compatibility with existing Stryker light sources, Stryker capture units, Stryker SDC controllers, Stryker 1488 cameras, etc. 3. Items must be completely interchangeable with and work seamless with existing Stryker system in order to prevent possible use errors and patient liability. 4. Camera: a. 3 Chip CMOS b. High noise immunity c. 4 programmable camera buttons d. 4K resolution Shipping Address: Department of Veterans Affairs Portland VA Medical Center 3710 SW US Veterans Hospital Rd. Portland, OR 97239 This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Award will be made to lowest price quoted that meets the technical salient characteristics listed above. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q9604/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q9604 36C26018Q9604.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4490809&FileName=36C26018Q9604-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4490809&FileName=36C26018Q9604-000.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: Portland VAMC;3710 SW US Veterans Hospital Rd.;Portland OR
Zip Code: 97239
 
Record
SN04997370-W 20180720/180718231150-aef03f0ac0b8cdb06817dc6bf3e44fca (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.