SPECIAL NOTICE
65 -- Intent to Sole Source One Brand Name only System 8 Precision Saw, 8209-000-000, 596-21-3-148-0035 System 8 Precision Saw
- Notice Date
- 5/17/2021 6:33:20 AM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0305
- Archive Date
- 06/01/2021
- Point of Contact
- Martha Warren, Contract Specialist, Phone: 615-225-6454
- E-Mail Address
-
Martha.Warren1@va.gov
(Martha.Warren1@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 The Department of Veterans Affairs, Network Contracting Office 09, hereby provides notice of its intent to award a sole source, firm fixed price contract for one System 8 Precision Saw, to Stryker Corporation, 4100 E. Milham, Portage, MI 49002. The contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), as implemented by FAR 13.106-1(b) Soliciting from a Single Source. A Justification for Single Source Awards for Other Than Full and Open Competition has been prepared. The anticipated award date is May 25, 2021. The contractor will provide one System 8 Precision Saw, to the Lexington VA Medical Center. This is a brand name only requirement that can provide: The drills & saws should be a complete set to be used with all aspects of orthopedic surgeries. The drills & saws should be cordless & battery powered. Batteries should be detachable from the drills/saws. The drills & saws must be able to undergo steam or hydrogen peroxide sterilization. The drills & saws must be able to be temporarily submerged for cleaning & disinfection via instrument washer. The drills & saws must have variable speed capabilities. The drills should be capable of at least 1400rpm during routine use. The saws should be capable of at least 10000cpm during routine use. The drills & saws should be capable of variable speeds to allow for precision. The drills & saws should be capable of cutting/drilling through bone. These services will be performed at the Lexington VA Medical Center, 1101 Veterans Drive, Lexington, TN 40502. NAICS code: 339112 - Surgical and Medical Instrument Manufacturing (SBA Size Standard 1,000 Employees) PSC: 6515 - MED & SURGICAL INSTRUMENTS,EQ & SUP THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement within seven calendar days after publication of this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer. All Service-Disabled Veteran Owned and Veteran Owned Small Businesses must submit a self-certifying statement that their company meets all criteria established IAW 13 CFR 121.406(b)(1)(i) through (b)(1)(iii), thus, demonstrating compliance with the Non-Manufacturer Rule. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24921Q0305 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Martha Warren, Contract Specialist, by email at Martha.Warren1@va.gov NO LATER THAN May 24, 2021 @ 1:00PM CST. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aafcaa7ecaf64fa98348c3f7d4745b2c/view)
- Record
- SN06003812-F 20210519/210517230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |