Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2025 SAM #8475
SOLICITATION NOTICE

65 -- STRYKER INSTRUMENTS_SPINE SETS

Notice Date
2/7/2025 11:50:16 AM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0467
 
Response Due
2/14/2025 8:00:00 AM
 
Archive Date
03/16/2025
 
Point of Contact
Rochelle Malveaux, Contract Specialist, Phone: 562-766-2353
 
E-Mail Address
Rochelle.Malveaux@va.gov
(Rochelle.Malveaux@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Page 6 of 6 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 6 THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Pi Drive 2 Plus Motor with Attachments that meet the brand name for the Phoenix VA Healthcare System. Located in Phoenix Arizona. Brand name Information: Manufacturer: Stryker Instruments Division Nomenclature: Neurosurgical High-Speed Drill and attachments Line-Item Number Description Qty UOM 1. 5407-350-000 PI DRIVE 2 PLUS MOTOR 6 EA 2 5407-120-450 Elite 7cm Straight Attachment 6 EA 3 5407-120-452 Elite 7cm Angled Attachment 6 EA 4 5407-120-470 Elite 12cm Straight Attachment 6 EA 5 5407-120-472 Elite 12cm Angled Attachment 6 EA 6 5407-120-482 Elite 14cm Angled Attachment 6 EA 7 5407-120-050 Hd 9cm Straight Attachment 6 EA 8 5407-120-070 Hd 14cm Straight Attachment 6 EA 9 5400-121-000 Electric Handswitch- Right Handed 6 EA The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Rochelle.Malveaux@va.gov. Telephone responses will not be accepted. Responses must be received no later than 02/14/2025 by 8:00 AM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. ***** End Word Document - ' OPPORTUNITIES-DESCRIPTION: S02 REQUEST FOR INFORMATION' *****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b223e4a4309b42ce888101d7f5fc0888/view)
 
Place of Performance
Address: Department of Veterans Affairs Phoenix VA Healthcare System 650 East Indian School Road, Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN07337033-F 20250209/250207230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.