Request for Quote (RFQ) #: 36C25918Q9808
Neuro Surgery Instruments
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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
** Quotes are to be provided to
[email protected] no later than 10:00am EST, Tuesday August 14, 2018.
This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9808. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
The submitted quote must/shall include/address all line items in order to be considered for award.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 effective July 16th, 2018.
The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 Employees. This solicitation is a 100% set-aside for Small Business.
List of Line Items;
CLIN
ITEM #
DESCRIPTION
QTY
0001
R8959
TAKA SPATULA 2.2MM
2 EA
0002
R8960
TAKA SPATULA 3.8MM
2 EA
0003
R8961
TAKA SPATULA 5.8MM
2 EA
0004
R8998
TAKA SPATULA 7.0MM
2 EA
0005
R8986
TAKA SUCTION TUBE 7 04FR
2 EA
0006
R8987
TAKA SUCTION TUBE 7 05FR
2 EA
0007
R8988
TAKA SUCTION TUBE 7 06FR
2 EA
0008
R8989
TAKA SUCTION TUBE 7 07FR
2 EA
0009
R9044
TAKA SUCTION TUBE-TEARDROP, TAPERED, 7
2 EA
0010
R9045
TAKA SUCTION TUBE 7 12FR
2 EA
0011
R8994
TAKA SUCTION TUBE 8 06FR
2 EA
0012
R8995
TAKA SUCTION TUBE 8 07FR
2 EA
0013
R8935
FUKUSHIMA-GIANNOTTA MICRO DISSECTOR 3MM TIP SLIGHT CURVED 7 ü
2 EA
0014
R8936
FUKUSHIMA-GIANNOTTA DISSECTOR 3.0MM TIP CURVED
2 EA
0015
R8937
FUKUSHIMA-GIANNOTTA DISSECTOR 2.5MM TIP CURVED
2 EA
0016
R8938
FUKUSHIMA-GIANNOTTA DISSECTOR 2.0MM TIP CURVED
2 EA
0017
R8939
FUKUSHIMA-GIANNOTTA DISSECTOR 1.8MM TIP CURVED
2 EA
0018
R8943
FUKUSHIMA-GIANNOTTA KNIFE 4MM TIP, 90 DEGREE
2 EA
0019
R8944
FUKUSHIMA-GIANNOTTA KNIFE 3MM TIP, 45 DEGREE
2 EA
0020
R8955
FUKUSHIMA-GIANNOTTA 4MM STRAIGHT MICRO SEPARATOR 7 ü 90 DEGREE
2 EA
0021
R8946
FUKUSHIMA-GIANNOTTA PROBE 7 ü , STRAIGHT
2 EA
0022
R8947
FUKUSHIMA-GIANNOTTA PROBE 7 ü , 30 DEGREE
2 EA
0023
R8948
FUKUSHIMA-GIANNOTTA PROBE 7 ü , 60 DEGREE
2 EA
0024
R8949
FUKUSHIMA-GIANNOTTA PROBE 7 ü , 90 DEGREE
2 EA
0025
R8958
FUKUSHIMA-GIANNOTTA MICRO PROBE 11CM
2 EA
0026
R8925
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET STRAIGHT 7 5/16
2 EA
0027
R8926
FUKUSHIMA-GIANNOTTA MICRO BAYONET CURVED UP 7 5/16
2 EA
0028
R8927
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET STRAIGHT 8 1/16
2 EA
0029
R8928
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET CURVED 8 1/16
2 EA
0030
R8929
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET STRAIGHT 8 þ
2 EA
0031
R8930
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET CURVED UP 8 þ
2 EA
0032
R8931
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET CURVED 203MM
2 EA
0033
R8931S
FUKUSHIMA-GIANNOTTA SCISSOR MICRO BAYONET 185MM
2 EA
0034
RB2120
MCCULLOCH RETRACTOR SET
2 EA
0035
RB2121
MCCULLOCH RETRACTOR BODY
2 EA
0036
RBT2120
MCCULLOCH RETRACTOR TRAY
2 EA
0037
RB2122
MCCULLOCH NARROW MUSCLE BLADE 3CM
2 EA
0038
RB2127
MCCULLOCH NARROW MUSCLE BLADE, PAIR
2 EA
0039
RB2128
MCCULLOCH WIDE MUSCLE BLADE 3CM
2 EA
0040
RB2123
MCCULLOCH NARROW MUSCLE BLADE 4CM, PAIR
2 EA
0041
RB2140
MCCULLOCH SINGLE HOOK BLADE 2CM
2 EA
0042
RB2145
MCCULLOCH SINGLE HOOK BLADE 7CM
2 EA
0043
RB2147
MCCULLOCH MULTIPLE-TOOTHED 2CM
2 EA
0044
RB2152
MCCULLOCH MULTIPLE-TOOTHED 7CM
2 EA
0045
A3101
MAYFIELD 2 SERIES BASE UNIT, STANDARD
3 EA
0046
A3059
MAYFIELD 2 SERIES SKULL CLAMP
3 EA
0047
A3008
MAYFIELD 2 SERIES SWIVEL ADAPTOR, TRISTAR
1 EA
0048
A2114
MAYFIELD INFINITY XR2 SKULL CLAMP
1 EA
0049
A2111
MAYFIELD INFINITY XR2 TRI-STAR ADAPTOR
1 EA
0050
A2600R
MAYFIELD SPINE TABLE ADAPTOR RADIOLUCENT
1 EA
0051
A1012
MAYFIELD 2000 SURGICAL TABLE COMPONENT SWIVEL HORSESHOE HEADREST
3 EA
Description of Requirements for the items to be acquired;
Equal products will be considered. If quoting equal items: the equal item(s) shall meet or exceed the required item(s). Must submit detailed documentation, (i.e. descriptive literature, specifications, illustrations, pictures) stating why/how the item(s) meet or exceed each brand name item.
Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Salt Lake VA Medical Center
Warehouse
500 Foothill Drive
Salt Lake City, UT 84148
52.212-1, Instructions to Offerors--Commercial
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
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.ÃÂ No remanufactures or gray market items will be acceptable.
Contractor 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.ÃÂ 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. A current authorized distributor letter from the OEM, shall be submitted with the quote.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.ÃÂ 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.
Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed.
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Contractors shall/must be VIP verified and visible at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.
Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Price and (II) Technical Capability.
Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price (II) Technical Capability.
Volume I - Price
Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable.
All line items must/shall be included in the quote to be considered for award.
The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item.
Volume II Technical Capability
Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products outlined in this request. If quoting equal items: the equal item(s) shall meet or exceed the required item(s). For equal item(s): submit detailed documentation, (i.e. descriptive literature, specifications, illustrations, pictures) stating why/how the item(s) meet or exceed each brand name item (address all stated salient characteristics). A current authorized distributor letter from the OEM, shall be submitted with the quote, if applicable.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Price, (2) Technical Capability.
Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. All line items must/shall be included in the quote to be considered for award.
Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified above in the List of Line Items / Salient Characteristics / Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the List of Line Items / Salient Characteristics / Statement of Work. If quoting equal items: the equal item(s) shall meet or exceed the required item(s). For equal item(s): submit detailed documentation, (i.e. descriptive literature, specifications, illustrations, pictures) stating why/how the item(s) meet or exceed each brand name item (address all stated salient characteristics).
A current authorized distributor letter from the OEM, shall be submitted with the quote, if applicable.
All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination.
All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements.
Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors.
(End of Addendum to 52.212-2)
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
FAR 52.203-6
Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)
FAR 52.219-8
Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));
FAR 52.219-28
Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))
FAR 52.222-3
Convict Labor (June 2003) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
FAR 52.222-37
Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
FAR 52.222-50
Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
FAR 52.225 5
Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
FAR 52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)
Additional contract requirements or terms and conditions:
52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
The following FAR clauses are incorporated by reference: FAR 52.232-40, FAR 52.247-34
The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70, VAAR 852.211-73, VAAR 852.219-10, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to
[email protected] by 10:00am EST, Tuesday, August 14, 2018.
Name and email of the individual to contact for information regarding the solicitation:
Brooke Barker
[email protected]
Bid Protests Not Available