Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2019 FBO #6264
SOURCES SOUGHT

65 -- REMB ELECTRIC MICRO DRILL and System 8 Devices

Notice Date
1/15/2019
 
Notice Type
Synopsis
 
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
36C26019Q0187
 
Response Due
1/22/2019
 
Archive Date
2/1/2019
 
Point of Contact
gregory.watson2@va.gov
 
Small Business Set-Aside
N/A
 
Description
Special Notice Request for Information Only The Department of Veterans Affairs, NCO20 is looking for sources of the following. STATEMENT OF WORK/SALIENT CHARACTERISTICS Department of Veterans Affairs Seattle VA Medical Center Overview: Seattle VAMC requires Prospective contractors to provide the following REMB Electric Micro Drill and System 8 Devices. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Stryker. REMB ELECTRIC MICRO DRILL CLIN Item Number Description QTY 1 6400015000 REMB ELECTRIC MICRO DRILL 15 2 5100015250 MICRODRILL SERIES STRAIGHT ATTACHMENT 15 3 6400031000 REMB ELECTRIC OSCILLATING SAW 15 4 6400034000 REMB ELECTRIC SAGITTAL SAW 15 5 6400037000 REMB ELECTRIC RECIPROCATING SAW 15 6 6400099000 REMB ELECTRIC UNIVERSAL DRIVER 15 7 4100062000 WIRE COLLET (.7-1.8MM) 15 8 4100125000 PIN COLLET (2.0-3.2MM) 15 9 4100110000 AO SMALL DRILL 15 10 4100131000 1/4" DRILL WITH KEY 15 11 6400009000 REMB ELECTRIC HAND SWITCH 30 12 5100004000 TPS CORD 30 13 6400277000 STERILE CASE 15 14   MANUAL 1     System 8 Devices   CLIN Item Number Description QTY 1 8208000000 System 8 Sagittal Saw 10 2 8205000000 System 8 Dual Trigger Rotary 10 3 8206000000 System 8 Reciprocating Saw 10 4 6203110000 AO Small Attachment 10 5 6203113000 Hudson Attachment 10 6 6203135000 Hudson/Modified Trinkle Attachment 10 7 8203126000 DUAL TRIGGER PIN COLLET 10 8 6203131000 1/4" Keyed Chuck 10 9 1331001009 1/4" Thumb Grip Key Assembly 10 10 8215000000 SYSTEM 8 BATTERY PACK, LARGE 20 11   MANUAL 1 Objective: Our objective is to provide Seattle VAMC with necessary equipment to provide the best care for our veterans. Salient Characteristics The Government requires the following characteristics to be met: Salient Characteristics: System 8 Power Large Bone Dual Trigger Rotary Handpiece, must be at least 150mm in height, 39 mm in width, 154 mm long. Must weigh no more than 1.04 kg. Speed must be at least 1200 rpm in drill mode, 270 rpm in ream mode. Must have a forward and reverse modes, with a mode of operating non-continuous, duty cycle of 1 minute on 4 minutes off for 3 times. The rest between cycles should be more than 3 hours. The Oscillate non-continuous mode of operating duty cycle should be at least 15 seconds on/15 seconds off for 5 times. The rest between cycles in the oscillating mode should be no more than 1.5 hours. The power supply must battery powered and able to use our current Stryker System 8 large battery pack that we already have in house and use. Ref# 8212-000-000 Salient Characteristics System 8 Sagittal Saw The sagittal saw mush be at least 145 mm in height, 38mm wide, 171 mm long and weight no more than 1.09 kg. The speed must be at least 12000 cpm (fast mode), 10000 cpm (standard mode). Mode of operation should be non-continuous with a duty cyle of 1 minute on/4minutes off for 5 cycles. The rest between cycles should be no more than 3 hours. The power should be battery powered and run with our current in-house Stryker batteries REF# 8215-000-000. GREY MARKET REQUIREMENTS (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. This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 01/22/2019 5:00 pm PST. In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan 2017. The North America Industry Classification System Code (NAICS) is 339112. Business Size Standard is 1000 Employees. Contracting Office Address: Department of Veterans Affairs NCO 20 Acquisitions 5115 NE 82nd Ave Suite 203 Vancouver, WA 98662 Contracting POC Gregory Watson 360-553-7602 gregory.watson2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0187/listing.html)
 
Place of Performance
Zip Code: 98108
 
Record
SN05194874-F 20190117/190115230020 (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.