The RFP Database
New business relationships start here

REMB ELECTRIC MICRO DRILL and System 8 Devices


Washington, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Special Notice
Request for Information Only

The Department of Veterans Affairs, NCO20 is looking for sources of the following.

STATEMENT OF WORK/SALIENT CHARACTERISTICS

Department of Veterans Affairs
Seattle VA Medical Center
Overview: Seattle VAMC requires Prospective contractors to provide the following REMB Electric Micro Drill and System 8 Devices. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Stryker.




REMB ELECTRIC MICRO DRILL

CLIN
Item Number
Description
QTY
1
6400015000
REMB ELECTRIC MICRO DRILL
15
2
5100015250
MICRODRILL SERIES STRAIGHT ATTACHMENT
15
3
6400031000
REMB ELECTRIC OSCILLATING SAW
15
4
6400034000
REMB ELECTRIC SAGITTAL SAW
15
5
6400037000
REMB ELECTRIC RECIPROCATING SAW
15
6
6400099000
REMB ELECTRIC UNIVERSAL DRIVER
15
7
4100062000
WIRE COLLET (.7-1.8MM)
15
8
4100125000
PIN COLLET (2.0-3.2MM)
15
9
4100110000
AO SMALL DRILL
15
10
4100131000
1/4" DRILL WITH KEY
15
11
6400009000
REMB ELECTRIC HAND SWITCH
30
12
5100004000
TPS CORD
30
13
6400277000
STERILE CASE
15
14
B
MANUAL
1




B
B
System 8 Devices
B
CLIN
Item Number
Description
QTY
1
8208000000
System 8 Sagittal Saw
10
2
8205000000
System 8 Dual Trigger Rotary
10
3
8206000000
System 8 Reciprocating Saw
10
4
6203110000
AO Small Attachment
10
5
6203113000
Hudson Attachment
10
6
6203135000
Hudson/Modified Trinkle Attachment
10
7
8203126000
DUAL TRIGGER PIN COLLET
10
8
6203131000
1/4" Keyed Chuck
10
9
1331001009
1/4" Thumb Grip Key Assembly
10
10
8215000000
SYSTEM 8 BATTERY PACK, LARGE
20
11
B
MANUAL
1


Objective: Our objective is to provide Seattle VAMC with necessary equipment to provide the best care for our veterans.

Salient Characteristics

The Government requires the following characteristics to be met:

Salient Characteristics: System 8 Power Large Bone
Dual Trigger Rotary Handpiece, must be at least 150mm in height, 39 mm in width, 154 mm long. Must weigh no more than 1.04 kg. Speed must be at least 1200 rpm in drill mode, 270 rpm in ream mode. Must have a forward and reverse modes, with a mode of operating non-continuous, duty cycle of 1 minute on 4 minutes off for 3 times. The rest between cycles should be more than 3 hours. The Oscillate non-continuous mode of operating duty cycle should be at least 15 seconds on/15 seconds off for 5 times. The rest between cycles in the oscillating mode should be no more than 1.5 hours. The power supply must battery powered and able to use our current Stryker System 8 large battery pack that we already have in house and use. Ref# 8212-000-000
Salient Characteristics System 8 Sagittal Saw
The sagittal saw mush be at least 145 mm in height, 38mm wide, 171 mm long and weight no more than 1.09 kg. The speed must be at least 12000 cpm (fast mode), 10000 cpm (standard mode). Mode of operation should be non-continuous with a duty cyle of 1 minute on/4minutes off for 5 cycles. The rest between cycles should be no more than 3 hours. The power should be battery powered and run with our current in-house Stryker batteries REF# 8215-000-000.


GREY MARKET REQUIREMENTS

(a) 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. No remanufactures or gray market items will be acceptable.

(b) Vendor 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. 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.

(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. 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.





This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis.

Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 01/22/2019 5:00 pm PST.

In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan
2017. The North America Industry Classification System Code (NAICS) is 339112. Business
Size Standard is 1000 Employees.

Contracting Office Address:
Department of Veterans Affairs
NCO 20 Acquisitions
5115 NE 82nd Ave Suite 203
Vancouver, WA 98662
Contracting POC
Gregory Watson
360-553-7602
gregory.watson2@va.gov


DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Gregory Watson
gregory.watson2@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP