The RFP Database
New business relationships start here

Stryker Retriever Coil Stent Consignment SF


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

Page 1 of 3
Subject: Sources Sought, Stryker TrevoB. XP ProVue Retriever, the Stryker TargetB. 360 Nano Detachable Coil, the Stryker TargetB. 360 Ultra Detachable Coil, the Stryker TargetB. 360 Standard Detachable Coil, the Stryker TargetB. 360 Soft Detachable Coil, the Stryker Target XLB. 360 Standard Detachable Coil, the Stryker Target XLB. 360 Soft Detachable Coil, and the Stryker Neuroform Atlas Stent System Consignment or equal for VA San Francisco Healthcare System (VASFHCS), Department of Veterans Affairs, Veterans Health Administration (VHA).
The purpose of this sources sought is to conduct market research to support the procurement of Stryker TrevoB. XP ProVue Retriever, the Stryker TargetB. 360 Nano Detachable Coil, the Stryker TargetB. 360 Ultra Detachable Coil, the Stryker TargetB. 360 Standard Detachable Coil, the Stryker TargetB. 360 Soft Detachable Coil, the Stryker Target XLB. 360 Standard Detachable Coil, the Stryker Target XLB. 360 Soft Detachable Coil, and the Stryker Neuroform Atlas Stent System Consignment for VASFHCS. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 339113 Surgical Appliance and Supplies Manufacturing.
This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 339113. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
Background: The Department of Veterans Affairs (VA) has identified the Stryker TrevoB. XP ProVue Retriever, the Stryker TargetB. 360 Nano Detachable Coil, the Stryker TargetB. 360 Ultra Detachable Coil, the Stryker TargetB. 360 Standard Detachable Coil, the Stryker TargetB. 360 Soft Detachable Coil, the Stryker Target XLB. 360 Standard Detachable Coil, the Stryker Target XLB. 360 Soft Detachable Coil, and the Stryker Neuroform Atlas Stent System or equal as candidate items for consolidated contracting through the Prosthetics Clinical Management Program. The purpose of consolidated contracting is to obtain user uniformity and quality products. The vendors must demonstrate the ability to meet all requirements for this notice.
MINIMUM TECHNICAL REQUIREMENTS:
Salient Characteristics.
Brand name or equal to:
A. Stryker TrevoB. XP ProVue Retriever:
Soft distal tip
Full length radiopacity
Minimal clot integration
360B0 of consistently large double-wide cells
Wire Pusher Diameter: 0.015in and 0.018in
Sizes 3mm-16mm diameter and lengths from 20mm-30mm
B. Stryker TargetB. 360 Nano Detachable Coil:
Soft coil
Microcatheter stability
Sizes 1mm-3.5mm diameter and lengths from 2cm-6cm
C. Stryker TargetB. 360 Ultra Detachable Coil:
Microcatheter stability
360B0 shape with open center
2D distal loop
Sizes 2mm-5mm diameter and lengths from 3cm-15cm

D. Stryker TargetB. 360 Standard Detachable Coil:
Microcatheter stability
360B0 shape with open center
2D distal loop
Sizes 3mm-15mm diameter and lengths from 6cm-40cm

E. Stryker TargetB. 360 Soft Detachable Coil:
Microcatheter stability
360B0 shape with open center
2D distal loop
Sizes 2mm-14mm diameter and lengths from 4cm-30cm

F. Stryker Target XLB. 360 Standard Detachable Coil:
Larger coil
Single microcatheter
Compatible with Excelsior SL-10 microcatheter
Sizes 6mm-20mm diameter and lengths from 20cm-50cm
Primary coil 0.14in (0.36mm) diameter

G. Stryker Target XLB. 360 Soft Detachable Coil:
Larger coil
Single microcatheter
Compatible with Excelsior SL-10 microcatheter
Sizes 6mm-20mm diameter and lengths from 20cm-50cm

H. Stryker Neuroform Atlas Stent System:
Hybrid cell structure 16- and 24- strut rows
Low foreshortening
Deliverable through Excelsior SL-10B. and XT-17 microcatheter
Closed cell proximal end
Sizes 3.0mm-4.5mm diameter and lengths from 15mm-30mm
INSTRUCTIONS:
Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested supplies and/or services. Provide authorized distributor memo from the manufacturer on the manufacturer letterhead dated within sixty (60) days for submission. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. The above salient characteristics are a draft, and are NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SUPPLIES AND/OR SERVICES AND; IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (e) Include the DUNS number of your firm. (f) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry (g) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (h) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (i) other material relevant to establishing core competencies of the firm.
Response is due by noon Tuesday, March 26, 2019. Please submit e-mail responses to Ms. Mandy Thompson, Contract Specialist, at email address: mandy.thompson2@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, PROOF OF AUTHORIZED DISTRIBUTOR/DEALER, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Stryker Consignment SF in the subject line of your email. This notice is to assist the VA in determining sources only.

NOTE: **This is a sources sought notice to establish a consignment. The vendor must be willing and able to place the requested items on a consignment basis at the VAMC San Francisco at no charge. Consigned items will be paid for only when such items are used (implanted) or the package is opened by the VA.
Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure this equipment and/or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.

Mandy Thompson
mandy.thompson2@va.gov

mandy.thompson2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP