Kentucky Bids > Bid Detail

6515--Two Sets of Conduit, Skyline, Cervical DePuy Surgical Instruments

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159635952882557
Posted Date: Feb 28, 2023
Due Date: Mar 6, 2023
Solicitation No: 36C24923Q0168
Source: https://sam.gov/opp/90edc2c5a4...
Follow
6515--Two Sets of Conduit, Skyline, Cervical DePuy Surgical Instruments
Active
Contract Opportunity
Notice ID
36C24923Q0168
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 28, 2023 11:09 am CST
  • Original Response Date: Mar 06, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Lexington Veterans Affairs Medical Center Troy Bowling Campus Lexington, KY , 40502-2235
Description

The Department of Veterans Affairs, Network Contracting Office 09, hereby
provides notice of its intent to award a sole source, one (1) firm fixed-price contract for
Two Sets of Conduit, Skyline, Cervical DePuy Surgical Instruments to DePuy Synthes Sales, Inc., a Division of Johnson & Johnson. The contract is expected to be awarded in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically, FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303 2. A Justification under for Other Than Full and Open Competition has been prepared. The anticipated award date is 17 March 2023. The contractor will provide these products to the Lexington Veterans Affairs Medical Center at the Troy Bowling Campus, 1101 Veterans Drive, Lexington KY 40502-2235. NAICS Code: 339112 Surgical and Medical Instrument Manufacturing (SBA Size Standard 1000 Employees) PSC: 6515 Medical and Surgical Instruments, Equipment, and Supplies.
Technical Specifications:

Instruments provided in this acquisition should have the following qualities:

Instruments must be German stainless steel
Must be reusable through means of reprocessing as outlined in VHA Directive 1116(2) and AAMI ST79

Offers must be an exact match to the following:

Product Code
Product Description
Quantity
202000101
AWL 2.0MM
2
288303000
DEPTH GAGE W/BALLTIP PROBE
2
202549
VSP SOUNDING PROBE
2
202000116
TAP SLEEVE
2
202000119
DRILL GUIDE MODULAR HANDLE
2
202000120
NAV DRILL GUIDE BODY 2.2-2.4MM
2
202000123
NAV DRILL GUIDE BODY 2.8-3.2MM
2
03.614.029
COMPRESSION FORCEPS
2
03.614.028
DISTRACTION FORCEPS
2
03.614.023
ROD HOLDER
2
288305700
ROD INTRODUCER
2
202000134
SCREW/HEAD/ROD ADJUSTER
2
202000135
ROD CUTTER 3.5 AND 4.0 RODS
2
202000138
COUNTER TORQUE
2
202000140
REDUCER KERRISON
2
202000145
FRENCH ROD BENDER 3.5 AND 4.0
2
202000146
BENDING IRON RIGHT
2
202000147
BENDING IRON LEFT
2
388.868
ROD TEMPLATE 240MM
2
202000157
UNILATERAL INSERTER
2
202000158
PEDICLE PROBE 3.2MM STR
2
202000159
PEDICLE PROBE 3.2MM CUR
2
288307100
CROSS CONNECTOR BENDER
2
202000163
COUNTER TORQUE R2R X-CONN
2
202000222
NAV 2.2MM DRILL FOR 3.0MM SCRW
2
202000224
NAV 2.4MM DRILL FOR 3.5MM SCRW
4
202000228
NAV 2.8MM DRILL FOR 4.0MM SCRW
2
202000232
NAV 3.2MM DRILL FOR 4.5MM SCRW
2
202000401
POLY SCREWDRIVER RETEN SLEEVE
4
202000410
TISSUE SLEEVE FOR POLY DRIVER
4
202000403
X15 DRIVER FINAL TIGHTENER
4
202000405
NUT DRIVER SELF RETAINING
2
202000407
X15 SELF RETAINING INSERTER
4
202000500
AO HANDLE SMALL W SWIVEL
4
202000501
AO HANDLE MEDIUM W RATCHET
2
202000504
AO HANDLE TORQUE LIMITING3.0NM
2
202033330
TAP 3.0MM STD THREAD
4
202033335
TAP 3.5MM STD THREAD
4
202033340
TAP 4.0MM STD THREAD
2
202033400
POLY SCREWDRIVER SHFT X20
4
202033540
TAP 4.0MM CFX THREAD
2
202033545
TAP 4.5MM CFX THREAD
2
202033550
TAP 5.0MM CFX THREAD
2
202033555
TAP 5.5MM CFX THREAD
2
279792109
EXP INSTR CASE GENERIC LID
4
202099001
CORE SYMP 1OF2 IMPL/INST GC
2
202099002
CORE SYMP 2OF2 INST GC
2
CEC00101
CERVICAL INSTRUMENT TRAY
2
CET30131
SLENDER INSERTER
2
CET30101
INSERTER
2
CET30201
IMPACTOR
2
CET60100
REMOVAL FORCEPS
2
410270112
ONE LEVEL SIZING TRIAL 12/14MM
2
410270116
ONE LEVEL SIZING TRIAL 16/18MM
2
410270120
ONE LEVEL SIZING TRIAL 20/22MM
2
410270228
TWO LEVEL SIZING TRIAL 28/30MM
2
410270232
TWO LEVEL SIZING TRIAL 32/34MM
2
410270236
TWO LEVEL SIZING TRIAL 36/38MM
2
410270342
THREE LVL SIZING TRIAL 42/45MM
2
410270348
THREE LVL SIZING TRIAL 48/51MM
2
410270354
THREE LVL SIZING TRIAL 54/57MM
2
286506000
PLATE HOLDER
2
410210200
SCREW STARTER
2
410220100
SELF RETAINING X15 DRIVER
4
410280100
CAM DRIVER SHAFT
4
289707000
UNIPLATE CAM TGHTNR TORQ HNDL
2
410290130
TRADITIONAL TEMPLATE CADDY
2
410220200
TEMPORARY FIXATION PIN
8
410290100
CASE - COMPLETE
2

Special Requirements:

All items should include a standard warranty at a minimum, extended warranty is optional / value added.
All items should include documentation detailing instructions for use, cleaning, reprocessing, etc.

THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement within three calendar days after publication of this notice. A
determination not to compete this requirement, based upon responses to this notice,
is solely within the discretion of the Government. Information received will
normally be considered solely for determining whether to conduct a competitive
procurement. The Department of Veterans Affairs will NOT be responsible for any
costs incurred by interested parties in responding to this notice of intent. Only
written responses will be considered. All responses from responsible sources will be
fully considered. As a result of analyzing responses to this notice of intent, the
Government shall determine if a solicitation will be issued. Any prospective
contractor must be registered in the System for Award Management (SAM) to be
eligible for award. Interested parties are encouraged to furnish information by email
only with RESPONSE TO INTENT TO SOLE SOURCE PHOTOPHERESIS KITS
in the subject line. Any documents submitted will not be returned. All interested
parties shall submit clear and convincing documentation demonstrating their
capabilities to satisfy all the requirements listed above to John E. McDaniel,
Contract Specialist, by email at John.McDaniel1@va.gov NO LATER THAN 4:00
PM CDT, on 6 March 2023. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities
and experience that will demonstrate the ability to support these requirements.

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2023 11:09 am CSTPresolicitation (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 >