6515--CUSTOM SURGICAL PACKS

Agency:
State: Virginia
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159011053804689
Posted Date: Mar 14, 2024
Due Date: Mar 29, 2024
Source: Members Only
Follow
6515--CUSTOM SURGICAL PACKS
Active
Contract Opportunity
Notice ID
36C26224Q0723
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 14, 2024 09:04 am PDT
  • Original Date Offers Due: Mar 29, 2024 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA Long Beach Healthcare System Long Beach , 90822
Description
PAGE 1 OF
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
UEI:
EFT:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. NOV 2021)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
64




36C26224Q0723
03-14-2024
Doan, Anette
562-766-2000
03-29-2024
12PM
PDT
36C262
Department of Veterans Affairs
Network Contracting Office 22
4811 Airport Plaza Drive
Suite 600
Long Beach CA 90815

X
100
X


339112
1000 Employees


N/A
X
36C262
Department of Veterans Affairs
Network Contracting Office 22
4811 Airport Plaza Drive
Suite 600
Long Beach CA 90815
36C262
Department of Veterans Affairs
Network Contracting Office 22
4811 Airport Plaza Drive
Suite 600
Long Beach CA 90815






Department of Veterans Affairs
Financial Services Center

1866-372-7141
See CONTINUATION Page
PLEASE ENSURE THE FOLLOWING INFORMATION IS REFERENCED
ITEM SCHEDULE, SALIENT CHARACTERISTICS, AND ALL CLAUSES

VENDORS SHALL SHOW CLEAR, COMPELLING, AND CONVINCING EVIDENCE
THAT ALL EQUAL TO ITEMS MEET ALL REQUIRED SALIENT
CHARACTERISTICS IAW FAR 52.211-6 BRAND NAME OR EQUAL.

AFTER RECEIPT OF ORDER (ARO): 30 CALENDAR DAYS
THIS IS A TOTAL SDVOSB SET-ASIDE SOLICITATION
QUOTES MUST BE SUBMITTED VIA EMAIL TO ANETTE.DOAN@VA.GOV

QUOTES MUST BE VALID FOR AT LEAST 60 DAYS

ALL QUESTIONS MUST BE RECEIVED BY 12:00PM PDT ON
MARCH 21, 2024.

OFFERS TO THIS SOLICITATION SHALL BE E-MAILED
NO LATER THAN 12:00 PM PDT ON MARCH 29, 2024.


See CONTINUATION Page

X
X

X
X



Ruiz, Daniel

36C26224Q0723

Page 1 of 64

Page 2 of 55
Page 1 of 64
Table of Contents
SECTION B - CONTINUATION OF SF 1449 BLOCKS 4
B.1 CONTRACT ADMINISTRATION DATA 4
B.2 STATEMENT OF WORK 5
B.3 PRICE/COST SCHEDULE 10
ITEM INFORMATION 10
B.4 DELIVERY SCHEDULE 11
SECTION C - CONTRACT CLAUSES 12
C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) 12
C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2021) 17
C.3 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION. 24
C.4 52.216-18 ORDERING (AUG 2020) 25
C.5 52.216-19 ORDER LIMITATIONS (OCT 1995) 26
C.6 52.216-22 INDEFINITE QUANTITY (OCT 1995) 26
C.7 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 27
C.8 52.219-13 NOTICE OF SET-ASIDE OF ORDERS (MAR 2020) 27
C.9 52.219-14 LIMITATIONS ON SUBCONTRACTING (OCT 2022) 27
C.10 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (OCT 2022) 29
C.11 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 30
C.12 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 32
C.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) 32
C.14 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 34
C.15 VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) 34
C.16 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 37
C.17 VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018) 38
C.18 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 38
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 39
SECTION E - SOLICITATION PROVISIONS 40
E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 40
E.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 45
E.3 52.216-1 TYPE OF CONTRACT (APR 1984) 46
E.4 52.233-2 SERVICE OF PROTEST (SEP 2006) 46
E.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 47
E.6 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 47
E.7 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION) 48

Page 3 of 64

SECTION B - CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR: TBD
b. GOVERNMENT: Contracting Specialist, Anette Doan
Department of Veterans Affairs
Network Contracting Office 22
4811 Airport Plaza Drive, Suite 600
Long Beach CA 90815
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X]
52.232-33, Payment by Electronic Funds Transfer System For Award Management, or
[]
52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Upon Delivery and Acceptance
TYPE OF CONTRACT: This is a firm fixed price indefinite-quantity indefinite-delivery (ID-IQ) contract for the purchase of supplies specified and effective for the period stated in the Schedule. The quantities of items and services specified in the Price schedule are estimates only and are not purchased by this contract.

ORDERING: Any supplies to be furnished under this contract shall be ordered by issuance of task orders by the Contracting Officer. Such task orders may be issued orally, telephonically, facsimile, or via e-mail. The Task order will be documented using SF1449 form and shall specify the pertaining CLIN to be provided during the Task order s period of performance.

B.2 STATEMENT OF WORK
Scope:

Custom surgical packs are tailored to specific needs of Clinical and Logistical staff to improve patient care, improve utilization, and reduce waste. Tibor Rubin needs a constant supply of surgical packs with no interruption of source for scheduled procedures in the Operating Room, Interventional Radiology, and Cardiac Catheterization Lab. The Custom Sterile Procedure Pack Program will include pack assembly/manufacture, sterilization, quality assurance, and packaging, contractor electronic communication ordering reporting, and delivery. Orders will be made for the custom trays as identified in Contract/Solicitation. Due to the complexity and customization of this product, custom surgical packs take about 16-24 weeks to produce, sterilize, and deliver. The Contractor shall provide all labor, materials, transportation, equipment, and supervision, in compliance with federal, state and local regulations, to provide a Custom Sterile Procedure Pack program for the Tibor Rubin VA Medical Center Station 600 Long Beach.

Period of Agreement:
Unless otherwise specified, this contract will be for the period of the installation and VA acceptance of the system period of performance April 5, 2024, through April 4, 2025.

Services to be Provided:
The services provided will be a firm-fixed price, purchase order to selected vendor, to deliver Custom Surgical Packs on an as needed basis. The custom surgical packs must be delivered within 1 business day of request. All custom packs stored at a local warehouse with less than a 2-hour drive time from VA. This contract will ensure continued uninterrupted supply of our current surgical packs to perform surgery. The Vendor is required to provide the exact components in the bill of materials within each requested pack. Vendor must be able to support the following packs in the Item Information section.

Ordering:
Orders will be made in accordance with the Ordering Procedures found in paragraph IV of this Statement of Work.

Ordering Procedures:
Requests for delivery shall be issued by facsimile or electronic commerce.
methods, and only by the VA facility Points of Contact, for the Series outlined in the schedule of items identified in the awarded contract.
b) Requests for delivery shall contain at a minimum the following information:
Date of order.
Description, Quantity, Unit Price, and Total Amount.
Delivery or Schedule; and
Place of Delivery
Upon receiving a request for delivery from the Facility POC, the Contractor shall deliver within two (2) calendar days for standard deliveries and within twenty-four (24) hours for emergency deliveries, unless otherwise stated in the delivery order.

Production and Supply:
The Government requires the Contractor to undertake production of such quantities of the product as are necessary to reasonably assure the Government of an uninterrupted supply of the product based upon an anticipated monthly usage. The Contractor shall complete component pack changes within thirty (30) days. Due to the possible need for changes, the Government shall be obligated to only a thirty (30) day supply of packs manufactured at the time of the change acceptance and not exceeding the current fiscal obligation time period. In the event the Government terminates the contract, the Government will not be held responsible to procure the additional inventory. In the event of component changes in any pack, the Government agrees to purchase up to a maximum thirty (30) day usage of the current pack composition before the new pack composition is shipped.

The Tibor Rubin VA Medical Center may change individual component parts of the tray/pack after an initial thirty (30) days of usage. Pricing and recommended requested changes will be forwarded to the Contractor by the Facility POC. The Contractor shall be required to consider all component part changes and provide a price estimate of each item to be changed.

A Pack Change Worksheet shall be utilized for all pack changes. The change form shall include all of the components, quantity and manufacturer detail for the affected pack, including added items and subtracted items. The format of this form is at the discretion of the contractor, to be approved after award or at time of use.

The sales representative (or equivalent) shall supply the Facility POC with the completed change form. With the agreement of the two parties, each shall sign the change form.

The arrangement of the component parts in the tray/pack shall be coordinated by both the designees and the Facility POC. This coordination shall be prior to production by the Contractor.

Substitutions of items shall not be made without prior approval, in writing, to the Facility POC and approved by the Contracting Officer via contract modification.

If for any reason the Contractor is unable to deliver the agreed upon packs, the contractor will provide (12) hour notice to the Facility POC. The contractor will find an alternative source and initiate a backup plan.

Delivery Requirements:
Station 600-Tibor Rubin VA Medical Center, Long Beach
5901 East Seventh Street, Long Beach, CA 90822-5201
BLDG 149-WAREHOUSE loading dock
Pack deliveries shall be made within two (2) calendar days after receipt of order.
The contractor shall maintain, at a minimum, a 97% fill rate for all orders. Fill rates are calculated as described below. The contractor shall furnish fill rate reports quarterly to the contracting officer and the contracting officer shall independently verify the contractor s fill rate based on utilization data.
Fill-Rate Calculation. The contractor shall individually calculate the fill rate on a quarterly basis, based only on those packs ordered by the medical center, for which the contractor has been authorized to deliver. The Fill-Rate Level will be calculated as follows: Fill Rate = Packs accepted by the Government / (Total Packs ordered Contractual Exceptions)

Packaging:
Unless otherwise specified in the statement of work, the product shall be packed in substantial containers of the type, size and kind commonly used within the industry for this purpose. The container(s) will be constructed as to ensure acceptance and safe delivery by common carriers to the point of delivery designated by each facility. Items must be packaged adequately to prevent deterioration and damage during shipping, handling and storage. All packs must be clearly labeled on the outside covering if they contain latex products. However, all products should be totally latex free, except where authorized by the Facility POC.
Each pack shall have a label specifying the manufactured date and sterilization date of the pack and the expiration date of any dated products. This label, located inside of each pack, shall also contain an itemized listing of all components, as well as any missing items that were approved to be left out by the Facility POC. Pack contents list must contain item, quantity, and country of origin information. Color coded packs, or some sort of visual cue to distinguish between pack types must be available upon request by the Facility POC at no additional charge. Expiration dating of all custom sterile procedure packs delivered under this program shall have a minimal shelf life of 12 months remaining upon delivery to the Government. Delivery of short-dated products may be approved as situations arise.
Each pack shall also have a separate label on the outside of the pack that includes the ordering station number and station specified pack name.
All outer shipping packages shall contain the complete contract number and delivery order number in addition to the shipping address.
Package content quality is the responsibility of the prime contractor, including items affixed to the outside of the pack (piggyback) and distributed as a part of the pack. Any pack determined to be defective (e.g., contains expired components, sterility has been compromised, etc.), through no fault of the Government, shall be returned to the Contractor at the Contractor s expense. Full credit or replacement shall be made to the
Government.

Hours of Coverage:
All work shall be scheduled during normal work hours - Monday through Friday from 7:00 am to 3:00 pm, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services.
Weekend (Saturday or Sunday) work must be approved by the COR that is assigned.
After hours (6PM-6AM, Pacific Standard Time (PST) work must be approved by the COR.

Invoices:
The Contractor shall submit one invoice, monthly, for items delivered during the month, under active delivery orders. https://authentication.tungsten-network.com/login

Overtime and National Federal Holiday:
In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following National holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays :
New Year s Day: January 1
Martin Luther King s Birthday: Third Monday in January
President s Day: Third Monday in February
Memorial Day: Last Monday in May
Juneteenth Independence Day: June 18
Independence Day: July 4
Labor Day: First Monday in September
Columbus Day: Second Monday in October
Veterans Day: November 11
Thanksgiving Day: Fourth Thursday in November
Christmas Day: December 25
Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government.
When one of the holidays fall on a Sunday, the following Monday will be observed as a National Federal Holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National Federal Holiday. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday.

Parking policy: It is the responsibility of contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not invalidate or make reimbursement for parking violations of contractor's personnel under any circumstances.

Smoking policy: Contractor personnel may smoke only in designated areas. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas.

Ordering activity: Contractor shall not accept any instructions issued by any person other than the CO or COR acting within the limits of his/her authority.

Changes to Contract: Only those services specified herein are authorized. Before performing any service of a non-contractual nature, contractor shall advise the CO of the reason(s) for the additional work and/or service. Prior authorization shall be obtained from the CO before performing the services.

Complaints: Contractor shall promptly and courteously respond to complaints within 3 working days. Including complaints brought to contractor s attention by the CO. Contractor shall maintain a written record of all complaints, both written and oral showing the identity of the individual, the nature of the complaint, and contractor s response. Contractor shall permit the Government to inspect such records upon reasonable notice.

Badges: All contractor personnel shall be required to wear VA always provided identification (I.D.) badges above the waist while on the VA grounds. Contractors shall be required to coordinate with COR to obtain the VA provided I.D. badges for all staff. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referred to federal property.

B.3 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

140.00
CS
__________________
__________________

ANGIOGRAM CDS PACK #DYNJVB91148
MANUFACTURER PART NUMBER (MPN): DYNJVB91148

0002

220.00
CS
__________________
__________________

BASIC NEURO PACK #DYNJVB91149
MANUFACTURER PART NUMBER (MPN): DYNJVB91149

0003

1,260.00
CS
__________________
__________________

CATARACT CDS #DYNJVB91139
MANUFACTURER PART NUMBER (MPN): DYNJVB91139

0004

310.00
CS
__________________
__________________

CYSTO CDS PACK #DYNJVB91140
MANUFACTURER PART NUMBER (MPN): DYNJVB91140

0005

195.00
CS
__________________
__________________

ENT CDS PACK #DYNJVB91150
MANUFACTURER PART NUMBER (MPN): DYNJVB91150

0006

335.00
CS
__________________
__________________

EXTREMITY CDS PACK #DYNJVB91142
MANUFACTURER PART NUMBER (MPN): DYNJVB91142

0007

40.00
CS
__________________
__________________

IR ANGIOGRAPHY PACK LF #DYNJVB1077B
MANUFACTURER PART NUMBER (MPN): DYNJVB1077B

0008

323.00
CS
__________________
__________________

IR GENERAL PACK LF #DYNJVB1162B
MANUFACTURER PART NUMBER (MPN): DYNJVB1162B

0009

1,050.00
CS
__________________
__________________

LAPAROTOMY PACK #DYNJVB91143
MANUFACTURER PART NUMBER (MPN): DYNJVB91143

0010

225.00
CS
__________________
__________________

LUMPS & BUMPS PACK #DYNJVB91144
MANUFACTURER PART NUMBER (MPN): DYNJVB91144

0011

163.00
CS
__________________
__________________

MINOR CDS PACK #DYNJVB91145
MANUFACTURER PART NUMBER (MPN): DYNJVB91144

0012

110.00
CS
__________________
__________________

MINOR VASCULAR CDS PACK #DYNJVB91146
MANUFACTURER PART NUMBER (MPN): DYNJVB91146

0013

275.00
CS
__________________
__________________

TOTAL JOINT PACK #DYNJVB91147
MANUFACTURER PART NUMBER (MPN): DYNJVB91147

0014

10.00
CS
__________________
__________________

INTUBATION SET PACK #DYNJAA282
MANUFACTURER PART NUMBER (MPN): DYNJAA255

GRAND TOTAL
__________________
B.4 DELIVERY SCHEDULE
ITEM NUMBER
SHIPPING INFORMATION
QUANTITY
DELIVERY DATE
0001
140.00

0002
220.00

0003
1,260.00

0004
310.00

0005
195.00

0006
335.00

0007
40.00

0008
323.00

0009
1,050.00

0010
225.00

0011
163.00

0012
110.00

0013
275.00

0014
10.00

PLEASE SEE RFQ 36C26224Q0723 PDF FOR FULL CLAUSES AND TERMS AND CONDITIONS
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2024 09:04 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >