Point Of Contact Not Available
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; proposals are being requested and a written solicitation will not be issued. Prospective offerors are encouraged to view this site frequently for any amendment to the solicitations. This solicitation is issued as a Request for Proposal (RFP), solicitation number VA-259-10-RP-0059. The George E. Wahlen Salt Lake City Health Care System, Salt Lake City, Utah, has a requirement for consignment of varying sizes of Allograft, bone putty, and orthopedic spacers. The contractor shall provide an estimated quantity of (2) each of various sizes of tissue and bone to be located in the Operating Room at the George E. Wahlen Salt Lake City Health Care System, 500 Foothill Blvd., Salt Lake City, Utah 94148. Consignment inventories will be coordinated with the VA Prosthetic Staff. The contract period shall be for a base year with the Government's option to extend for (2) additional one-year periods.
SUPPLIES/SERVICES & PRICE/COSTS
The Contractor agrees to furnish on consignment, Allograft, bone putty, and orthopedic spacers, in assorted sizes. Inventory will be maintained at the George E. Wahlen VA Salt Lake City Health Care System, 500 Foothill Blvd., Salt Lake City, Utah 84148. Yearly quantities are estimates only.
Base Year: Date of Award Through January 1, 2011
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
001 Allograft, Iliac Crest Wedge 2 Ea. $____ $_____
7MM 400398
002 Bone, Iliac Crest Wedge (ACF) 2 Ea. $____ $_____
8MM, 40040
003 Bone, Cervical 2 Ea. $____ $_____
9MM, 400401
004 Bone, Cervical 2 Ea. $____ $_____
10MM, 400410
005 Bone, Cervical 2 Ea. $____ $_____
2.2CM x 5MM, 400500
006 Bone, Ilium Tri-Cortical Strip 2 Ea. $____ $_____
2.2CM x 50MM, 400510
007 Spacer, Orthotic, ACF 2 Ea. $____ $_____
5MM, 017905
008 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
6MM, 017906
009 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
7MM, 017907
010 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
8MM, 017908
011 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ _____
9MM, 017909
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
012 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ ____
10MM, 017910
013 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038100, 10CC IM3
014 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038050, 5cc
015 DBX Strip 3 Ea. $ ____ $ ____
048010, 2.5CM x 10CM
Total Base Year: $_______
Option Year 1: Date of Award Through January 31, 2012
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
001 Allograft, Iliac Crest Wedge 2 Ea. $____ $_____
7MM 400398
002 Bone, Iliac Crest Wedge (ACF) 2 Ea. $____ $_____
8MM, 40040
003 Bone, Cervical 2 Ea. $____ $_____
9MM, 400401
004 Bone, Cervical 2 Ea. $____ $_____
10MM, 400410
005 Bone, Cervical 2 Ea. $____ $_____
2.2CM x 5MM, 400500
006 Bone, Ilium Tri-Cortical Strip 2 Ea. $____ $_____
2.2CM x 50MM, 400510
007 Spacer, Orthotic, ACF 2 Ea. $____ $_____
5MM, 017905
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
008 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
6MM, 017906
009 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
7MM, 017907
010 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
8MM, 017908
011 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ _____
9MM, 017909
012 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ ____
10MM, 017910
013 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038100, 10CC IM3
014 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038050, 5cc
015 DBX Strip 3 Ea. $ ____ $ ____
048010, 2.5CM x 10CM
Total Option Year 1: $_______
Option Year 2: Date of Award Through January 31, 2013
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
001 Allograft, Iliac Crest Wedge 2 Ea. $____ $_____
7MM 400398
002 Bone, Iliac Crest Wedge (ACF) 2 Ea. $____ $_____
8MM, 40040
003 Bone, Cervical 2 Ea. $____ $_____
9MM, 400401
Item Est. Unit of Unit Total
No. Description Qty. Issue Price Cost
004 Bone, Cervical 2 Ea. $____ $_____
10MM, 400410
005 Bone, Cervical 2 Ea. $____ $_____
2.2CM x 5MM, 400500
006 Bone, Ilium Tri-Cortical Strip 2 Ea. $____ $_____
2.2CM x 50MM, 400510
007 Spacer, Orthotic, ACF 2 Ea. $____ $_____
5MM, 017905
008 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
6MM, 017906
009 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
7MM, 017907
010 Spacer, Orthopedic, ACF 3 Ea. $ ____ $ _____
8MM, 017908
011 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ _____
9MM, 017909
012 Spacer, Orthopedic, ACF 2 Ea. $ ____ $ ____
10MM, 017910
013 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038100, 10CC IM3
014 Putty, Bone DBX Matrix 2 Ea. $ ____ $ ____
038050, 5cc
015 DBX Strip 3 Ea. $ ____ $ ____
048010, 2.5CM x 10CM
Total Option Year 2: $ _______
Grand Total-All Options: $___________
STATEMENT OF WORK
CONSIGNMENT OF ALLOGRAFT/BONE PUTTY
1. Consignment Location: Items under this contract/consignment agreement as listed in the Consignment inventory will be placed at the George E. Wahlen VA Salt Lake City Health Care System (VASLCHCS), 500 Foothill Blvd., Salt Lake City, Utah, 84148.
2. Period of Contract: This contract shall become effective for a period of one year after date of award with the Government's option to extend for two additional one-year periods.
3. Cancellation by the Government: The Contracting Officer, by written notice, may cancel this agreement in whole or in part when it is in the best interest of the Government.
4. Order: In the event that the VASLCHCS should have a requirement to purchase replacement item(s), the VASLCHCS may do so at the price quoted by the Contractor in the Schedule. Contractor agrees to accept the VA Purchase Card as the preferred method of payment. Purchase orders will be issued when deemed appropriate by the Medical Center. Reimbursement is made only if and when use of the item(s) is made by the VA. The physician will have the responsibility to determine which item to use. Occasionally specific patients may require a special implant not available on the consignment list. These items may be purchased directly from the contractor on an open market basis. Special implants that become routinely used will be added to the agreement by a modification issued by the Contracting Officer. If the Contractor cannot provide special implants for specific patients, then the VA may procure the implants from another contractor. The physicians of this medical center will have final approval for acceptance of products.
5. Physical Inventory: All consignment inventories will be coordinated with VA Prosthetic staff. Contractor will remove or replace inventory as necessary. VA Prosthetic staff may request that inventory having less than 90 days sterility/expiration date be removed and replaced. A list of all products will be provided to the Contracting Officer. These services will be completed at no cost to the Government. Contractor's personnel will periodically (no less than (4) times per year) conduct a physical inventory of the consignment inventory, with copy of inventory furnished to the Contracting Officer.
6. Liability: The Government assumes no liability for any item(s) assigned to the VASLCHCS on a consignment basis until such time as a requirement for the item(s) exists and a delivery order is placed against the agreement. Transportation charges will be borne by the Contractor for all delivery orders placed against the agreement.
7. Defects: The Contractor will replace defective products at no charge to the Government, unless the Government has misused or lost products.
8. Returns: Unused items will be returned to the Contractor at the end of the effective period of the consignment without reimbursement or other expenses to the VA. The Contractor will remove unused items for the VASLCHCS within thirty (30) days after written notification of the completion or cancellation of consignment agreement.
9. Alteration of Quantities under Consignment: The Contractor agrees that the total quantity of items furnished under this agreement can be changed at any time during the effective period of this agreement, if approved by both the Contractor and the VASLCHCS. Terms of payment will apply to all additional items.
10. Technical Support: Contractor technical support will be available twenty-four (24) hours a day in order to provide consultation on technical issues and in-service training as needed. Contractor will return telephone calls for assistance to VASLCHCS within 30 minutes of VASLCHCS's telephone call to Contractor.
OTHER CONTRACT REQUIREMENTS
CENTRAL CONTRACTOR REGISTRATION (CCR).
All contractors must register in the CCR prior to contract award. Registration may be started online at http://www.ccr.gov/ccrstart.html. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333. A Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number.
This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisitions Circular 2005-36. In accordance with 52.252-2, Clauses Incorporated by Reference, clauses incorporated by reference have the same force and effect as if they were given in full text. The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions; 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-9 Option to Extend the Term of the Contract, VAAR 852.203-70 Commercial Advertising, VAAR 852.216-70 Estimated Quantities, VAAR 852.270-1 Representatives of Contracting Officers, VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes the following clauses; 52.203-13, 52.219-4, 52.219-25, 52.219-28,52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33; 852-233-70, Protest Content/Alternative Dispute Resolution; 852.237-70, Contractor Responsibilities; 852.273-76, Electronic Invoice Submission; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 52.211-6 Brand Name or Equal, Offeror Representations and Certifications - Commercial Items must be completed and provided with offers. Prospective Offerors must also respond to 52.212-2, Evaluation of Offers.
1. Salient Characteristics. Excellent safety record. Meet or exceeds standards and regulations of the American Association of Tissue Banks (AATB) and the FDA. Serological tests must be done on all donors (e.g. Nucleic Acid Testing). Compatible with existing Synthes instrumentation. Compliant with current AATB standards and all microbiological sterility testing performed in laboratories certified under the Clinical Laboratory Improvement Amendment or equivalent certification. 2. Past Performance. The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey, or any other reasonable basis. 3. Price. Award Statement. Salient Characteristics and Past Performance, when combined are of equal value when compared to price. The North American Industry Classification System code for this procurement is 339113.
Quotations in response to this solicitation should be emailed to
[email protected] faxed to 801-584-2506. Quotations must be received on or before 4:30 p.m. Mountain Standard Time, on January 4, 2010. All responsible sources may submit a quotation that shall be considered by the agency.
Bid Protests Not Available