6515--System 8 Single Trigger Rotary Handpieces (Brand Name Only)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Florida
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159748454159490
Posted Date: Apr 10, 2024
Due Date: Apr 18, 2024
Solicitation No: 36C24824Q0853
Source: Members Only
Follow
6515--System 8 Single Trigger Rotary Handpieces (Brand Name Only)
Active
Contract Opportunity
Notice ID
36C24824Q0853
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 10, 2024 07:59 am EDT
  • Original Date Offers Due: Apr 18, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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 Miami VA Healthcare System Miami , FL 33125
    USA
Description



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The Department of Veterans Affairs, Bruce W. Carter (Miami) VA Medical Center, Miami, FL 33125 has a requirement to procure Ten (10) Single Trigger Rotary Handpiece w/ Accessories. Stryker is the referenced manufacturer, Brand name Only requirement, RFQ # 36C24824Q0853.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 effective 02/23/2024.

The combined synopsis solicitation is 100% set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees.
The FSC/PSC is 6515.

The Network Contracting Office (NCO 8), Commodities Team WPB/MIA is seeking to purchase Ten (10) Single Trigger Rotary Handpiece w/ Accessories.

All interested companies shall provide quotations for the following line items:

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
System 8 Single Trigger Rotary Handpiece.
Product # 8203-000-000
10
EA
0002
AO Small Attachment
Product # 6203-110-000
10
EA
0003
AO Large Reamer Attachment
Product # 6203-210-000
10
EA
0004
Hudson Attachment
Product # 6203-113-000
10
EA
0005
1/4 Chuck w/Key
Product # 6203-131-000
10
EA
0006
1/4 (6.4MM) Locking Keyless Chuck
Product # 8203-133-000
10
EA
0007
Hudson Modified Trinkle Attach
Product # 6203-135-000
10
EA
0008
Trinkle Attachment
Product # 6203-160-000
10
EA
0009
Single Trigger Pin Collect 2.0-3.2MM
Product # 8203-136-000
10
EA
0010
4HP Sterilization CONT W/
Product # 7102-650-000
10
EA




Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller,
and be 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.

Delivery shall be provided no later than 90 days after receipt of order (ARO).

Commercial products shall comply with FAR Subpart 25.1 Buy American-Supplies.
Place of Performance/Place of Delivery
Address:
1201 NW 16th St.
Postal Code:
Miami, FL 33125
Country:
UNITED STATES












The following provisions apply to this solicitation:

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 addresses:
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/

FAR
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
Aug 2020
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Nov 2021
52.212-2
EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Nov 2021

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.
(b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
(End of Provision)


The following Commercial Items clauses apply to this acquisition:

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/

FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
Jun 2020
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
Oct 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Aug 2020
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
Nov 2021
52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Dec 2022
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
Mar 2023
52.219-27
NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE
Oct 2022
52.219-33
NONMANUFACTURER RULE
Sep 2021
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES
Dec 2022
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
Jun 2020
52.222-50
COMBATING TRAFFICKING IN PERSONS
Nov 2021
52.222-54
EMPLOYMENT ELIGIBILITY VERIFICATION
May 2022
52.223-18
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
Jun 2020
52.225-1
BUY AMERICAN-SUPPLIES
Oct 2022
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
Feb 2021
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
Mar 2023
852.212-71
GRAY MARKET AND COUNTERFEIT ITEMS
Feb 2023
852.212-72
GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION)
Feb 2023
852.219-73
VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (DEVIATION)
Jan 2023

VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.
(End of Clause)

VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION)
(a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020);
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)

VAAR 852.246-71 REJECTED GOODS (OCT 2018)
(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.
(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.
(End of Clause)
Instruction to Offerors

All quoters shall submit your Quotes no later than April 18, 2024, at 4:00PM (EST), via email to john.quijadajr@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail no later than April 15, 2024, at 2:00PM (EST), via the same email address. Questions received later than this time/date may not receive a response.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The following are the decision factors:

Technically Acceptable
Past Performance
Price

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact

John Quijada Jr
Contract Specialist
Network Contracting Office 8
john.quijadajr@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 07:59 am EDTCombined 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 >