The Syracuse VA Medical Center currently has a procurement request for surgical 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; proposals are being requested and a written solicitation will not be issued. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein.
The following surgical instruments and quantity are needed:
Quantity Description
3 3D PLATE 2X2 HL UPPERFACE
3 3D PLATE 6X2 HL UPPERFACE
3 1.2MM ORBITAL FLOOR PLATE ISOLATED SMALL .3MM
3 1.2MM ORBITAL FLOOR PLATE, BASIC MEDIUM .3MM
3 1.2MM ORBITAL FLOOR PLATE, BASIC MEDIUM .4MM
3 1.2MM ORBITAL FLOOR PLATE COMPLEX LARGE .3MM
3 1.2MM ORBITAL FLOOR PLATE COMPLEX LARGE .4MM
1 PLT 24 HL STRT MDFC MLBL CNDS
1 PLT 20 HL STRT MDFC MALLEABLE
2 MIDFACE 5 HL L PLATE 100 DEG 2MM ADVNCMT STD LFT
2 MIDFACE 5 HL L PLT 100 DEG 2MM ADVNCMT STD RGT
2 MIDFACE 5 HL L PLATE 100 DEG 5MM ADVNCMT STD LFT
2 MIDFACE 5 HL L PLT 100 DEG 5MM ADVNCMT STD RGT
2 PLT 6HL L 8MM ADVC 100D LT STD
2 PLT 6HL L 8MM ADVC 100D RT STD
2 PLT 6HL L 12MMADVC 100D LT STD
2 PLT 6HL L 12MMADVC 100D RT STD
2 PLT 4 HOLE STRT W BAR MDFC
2 PLT 8 HOLE MIDFACE PLT 8 HOLE MIDFACE
2 PLT 24 HOLE STRAIGHT MIDFACE
2 PLT HOLE ORBITAL RIM MIDFACE
2 PLT 4 HOLE CRVD W BAR MDFC
2 PLT 10 HOLE CURVED MIDFACE
2 PLT 5 HOLE T MIDFACE PLT 5 HOLE T MIDFACE
2 PLT 5 HOLE Y W 4MM BAR MDFC
2 PLT 7 HOLE DOUBLE Y MDFC
1 PLT 16 HOLE STRT MDFACE, LOCK
1 PLT 8 HOLE CURV MDFACE, LOCK
1 3D PLATE 2X2 HL MDFACE, LOCK
1 3D PLATE 2X6 HL MDFACE, LOCK
1 PLT 5HOLE Y W 4MM BAR MDFC LOC
1 PLT 5HOLE Y W 8MM BAR MDFC LOC
1 PLT 7 HOLE DOUB Y MDFC LOCK
1 PLT 8 HOLE Y MIDFACE LOCKNG
1 PLT 5 HOLE L 2MM ADV MDFC LOC
1 PLT 5 HOLE L 5MM ADV MDFC LOC
1 PLT 6 HOLE L 8MM ADV MDFC LOC
1 PLT 6 HOLE L 12MM ADV MDFC LOC
1 ST SCR 1.7X4MM CRSS PIN
1 PLT 4 HL ST LNG BAR,MAND,LOCK
1 PLT MINI 4 HOLES PLT MINI 4 HOLES
1 PLT MINI 4 HOLES WITH BAR
1 PLT FRACTURE 4 HOLES
1 PLT FRACTURE 4 HOLES W.BAR
1 ST SCR 1.2X3MM ST SCR 1.2X3MM
1 PLT 24 HOLE STRT UP MALL CNDSD
1 PLT 18 HOLE STRT UP MALLEABLE
1 3D PLATE 2X2 HL UPFACE MALLBL
1 3D PLATE 6X2 HL UPPER FC MALBL
1 PLT 10 HOLE CURV UP MALL CNDSD
1 PLT 7 HOLE DOUBLE Y UPFC MLBL
3 PLT 24 HOLE STRT UPPERFACE
3 PLT 10 HOLE CURVED UPPERFACE
3 PLT 4 HOLE ORBITAL UPPERFACE
3 PLT 8 HOLE L 90D LFT UPPERFC
3 PLT 8 HOLE L 90D RGHT UPPFC
3 PLT 7 HOLE T UPPERFACE PLT 7 HOLE T UPPERFACE
3 PLT 7 HOLE DOUBLE Y UPPERFACE
1 PLT FRACTURE 6 HOLES
1 PLT FRACTURE 6 HOLES W. BAR
1 PLT FRACTURE 14 HOLES
1 PLT C-SHAPED FRACTURE 4 HOLES
1 PLT ANGLE FRACTRE 6 HOLES 115
1 PLT ANGLE FRACTURE 6 HOLES 140
1 PLT COMPRESSION 4 HOLES
1 PLT 4 HL 2.3MM COMPRESSION
1 PLT COMPRESSION 6 HOLES
1 PLT 6 HL 2.3MM COMPRESSION
1 SCR 2.0X4MM BONE CROSS PIN
1 SCR 2.0X5MM BONE CROSS PIN
1 SCR 2.0X6MM BONE CROSS PIN
1 MODULE UNIV MANDIBLE RECON
2 PLT PRIMARY RECON 11HOLES,
2 PLT PRIMARY RECON 17 HOLES
2 PLT PRIMARY HEMI MAND RIGHT
2 PLT PRIMARY HEMI MAND LEFT
2 PLT RECON 11 HOLES, W TEMP.
2 PLT RECON 17 HOLES, W TEMP.
1 6+17+6 HOLE FULL RECON PLATE
2 PLT RECON HEMI MAND RGHT 6X17
2 PLT RECON HEMI MAND LFT 6X17
2 SCR 2.0X4MM BONE CROSS PIN
1 SCR 2.0X5MM BONE CROSS PIN
1 SCR 2.0X6MM BONE CROSS PIN
1 SCR 2.0X8MM BONE CROSS PIN
1 SCR 2.0X10MM BONE CROSS PIN
2 SCR 2.0X12MM BONE CROSS PIN
2 SCR 2.0X14MM BONE CROSS PIN
1 SCR 2.0X16MM BONE CROSS PIN
2 SCR 2.0X4MM LCKNG CROSS PIN
1 SCR 2.0X5MM LCKNG CROSS PIN
1 SCR 2.0X6MM LCKNG CROSS PIN
1 SCR 2.0X8MM LCKNG CROSS PIN
1 SCR 2.0X10MM LCKNG CROSS PIN
2 SCR 2.0X12MM LCKNG CROSS PIN
2 SCR 2.0X14MM LCKNG CROSS PIN
1 SCR 2.0X16MM LCKNG CROSS PIN
1 SCR 2.3X4MM BONE CROSS PIN
1 SCR 2.3X6MM BONE CROSS PIN
1 SCR 2.3X8MM BONE CROSS PIN
2 SCR 2.3X10MM BONE CROSS PIN
2 SCR 2.3X12MM BONE CROSS PIN
1 SCR 2.3X16MM BONE CROSS PIN
1 SCR 2.3X18MM BONE CROSS PIN
1 SCR 2.3X4MM LCKNG CROSS PIN
1 SCR 2.3X6MM LCKNG CROSS PIN
1 SCR 2.3X8MM LCKNG CROSS PIN
2 SCR 2.3X10MM LCKNG CROSS PIN
2 SCR 2.3X12MM LCKNG CROSS PIN
2 SCR 2.3X14MM LCKNG CROSS PIN
1 SCR 2.3X16MM LCKNG CROSS PIN
1 SCR 2.3X18MM LCKNG CROSS PIN
1 SCR 2.7X5MM ER BONE CROSSPIN
1 SCR 2.7X8MM ER BONE CRSS PIN
1 SCR 2.7X10MM ER BONE CRS PIN
1 SCR 2.7X12MM ER BONE CRS PIN
1 SCR 2.7X14MM ER BONE CRS PIN
1 SCR 2.7X16MM ER BONE CRS PIN
1 SCR 2.7X18MM ER BONE CRS PIN
1 SCR 2.7X5MM ER LCKNG CRS PIN
1 SCR 2.7X8MM ER LCKNG CRS PIN
1 SCR 2.7X10MM ER LCKNG CRS PIN
1 SCR 2.7X12MM ER LCKNG CRS PN
1 SCR 2.7X14MM ER LCKNG CRS PN
1 SCR 2.7X16MM ER LCKNG CRS PN
1 SCR 2.7X18MM ER LCKNG CRS PN
2 SCR CONDYLE FASTENING S
1 TEMPORARY CONDYLAR PROSTHESIS, LEFT
1 TEMPORARY CONDYLAR PROSTHESIS, RIGHT
2 TW DRL 1.6X58MM WKLG 26M
2 TW DRL DRILL 20MM S 1.9X58MM
1 1.6MM DRILL 35MM WORKING LNGTH STRYKER END
1 TW DRL 1.9MM 35MM STRYKER
1 TW DRL 1.9MM 35MM WORKIN
1 TW DRL 1.6X85MM 26MM WRK LENG
1 TW DRL 1.9X85MM,26MM WRK LENG
1 TRAY UNIVRSL MANDIBLE RECON
1 CUTTER BENDER ,RECON SYSTM,LFT
1 BENDER CUTTER RECON , RIGHT
1 ROLLER BENDER MAND.RECON PLTS
1 FORCEP PLATE BONE LEFT
1 FORCEP PLATE BONE RIGHT
1 PLT ABRASIVE BURR, 42MM, SYK
2 HANDLE DRIVER RATCHET HANDLE DRIVER RATCHET
1 SCR HOLDER TEMPORARY RECON
1 CONTNR HALF SIZE CONTNR HALF SIZE
1 LID HALF SIZE LID HALF SIZE
2 TW DRL 1.6MM 5MM TW DRL 1.6MM 5MM
2 BLADE DRIVER (2.0 2.3)
1 TROCAR TROCAR
1 RETRCTR CHEEK UNIVRSL 30MM
1 HANDLE UNIV MAND TROCR FXD
1 DRL GD CNTRIC 2MM LKNG
1 DRL GD CNTRC 2.3MM LKNG SC
1 DEPTH MEASURING GAUGE
1 FORCEP SELF-RETAINING PLATE
1 FORCEP BONE REDUCTION FORCEP BONE REDUCTION
1 CLAMP BONE DINGMAN CLAMP BONE DINGMAN
1 LID HALF SIZE LID HALF SIZE
Submissions received in response to this notice shall be evaluated based on lowest price technically accepted. All those interested should submit, in writing, the company name, address, point of contact, telephone number, and business size; a detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (Http://www.ccr.gov/) to further qualify for this contract.
All interested parties shall respond to
[email protected] by 2:00 PM EST October 18, 2011. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Under Statutory Authority 41 U.S.C. 253 (1) the Syracuse VA Medical Center (SVAMC) anticipates entering into a procurement for surgical instruments. (ii) The reference/solicitation number is VA-528-12-RQ-0006 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/ , respectively. (iv) North American Industry Classification System (NAICS) code is 423450 (size standard of 500 employees) applies to this solicitation. (v) This requirement consists of surgical instruments (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Stryker) (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to Syracuse VA Medical Center, 800 Irving Ave., Syracuse, NY 13210-2716. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are price and technical capabilities (meeting salient characteristics) with price and technical capabilities being evaluated as equal. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2009) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-50 Combating Trafficking in Persons, 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov . (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Tuesday, October 18, 2011, by 2:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to
[email protected]. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to
[email protected].
Bid Protests Not Available