Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 Combined Synopsis/Solicitation for Surgical Power Tools This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. Solicitation number 36C25925Q0280 is issued as a request for quotes (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This acquisition is issued as Unrestricted. The North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing with a small business size of 1,000 Employees. The Product Code is 6515 Medical and Surgical Instruments, Equipment, and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center. The Contractor shall submit prices for: (4) Reciprocating Saw, (4) Oscillating Saw, (4) Sagittal Saw, (4) Micro Drill, (4) Orthopedic Drill, (4) Pin Collet, (4) 1/4 Inch Drill w. Jacobs Chuck, (6) Cord, (8) Handswitch, (4) Micro Drill Medium Straight Attachment, (4) Hybrid Solid Container Bundle, (4) Sagittal Saw Attachment, (4) Wire Collet, (4) Cordless Driver, (4) Rechargeable SMALL BATTERY for Cordless Power Tools, (1) Battery Charger, (4) 5/32 Inch Drill w/ Jacobs Chuck, (4) 1/4 Inch Reamer w/ Jacobs Chuck, (4) Universal Jacobs Key, (4) Rechargeable LARGE BATTERY for Cordless Power Tools, (2) Quick Connect Small Attachment, (2) Hudson Attachment, (2) 1/4" Chuck w/ Key, (2) Hudson/ Modified Trinkle Attachment, (2) 3HP Sterilization Container, (2) Dual Trigger Wire Collet 0.7 - 2.0MM, (2) Dual Trigger Pin Collet 2.0 - 3.2MM, (2) Dual Trigger Rotary Handpiece, (2) RECIPROCATING SAW with click and twist battery interface, anodized reinforced coating with IPX 9 rating, (2) SAGITTAL SAW with click and twist battery interface, anodized reinforced coating with IPX 9 rating. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: Cheyenne VA Medical Center 2360 E. Pershing Blvd Cheyenne, WY 82001 Brand Name or Equivalent: Line Item Description Unit Qty Unit Price Ext Amount 0001 7400-037-000 TPX RECIPROCATING SAW Ea 04 0002 7400-031-000 TPX OSCILLATING SAW Ea 04 0003 7400-034-000 TPX SAGITTAL SAW Ea 04 0004 7400-015-000 TPX MICRO DRILL Ea 04 0005 4100-110-000 SYNTHES DRILL Ea 04 0006 4100-125-000 PIN COLLET Ea 04 0007 4100-131-000 1/4 INCH DRILL WITH JACOBS CHUCK Ea 04 0008 7400-004-000 TPX CORD Ea 06 0009 7400-009-000 TPX HANDSWITCH Ea 08 0010 5100-015-250 MICRO DRILL MEDIUM STRAIGHT ATTACHMENT Ea 04 0011 1900-654-000 HYBRID SOLID CONTAINER BUNDLE Ea 04 0012 4100-400-000 SAGITTAL SAW ATTACHMENT Ea 04 0013 4100-062-000 WIRE COLLET Ea 04 0014 4605-000-000 SYSTEM 9 CORDLESS DRIVER Ea 04 0015 9212-000-000 SYSTEM 9 SMALL BATTERY Ea 04 0016 9110-120-000 SYSTEM 9 BATTERY CHARGER Ea 01 0017 4100-132-000 5/32 INCH DRILL WITH JACOBS CHUCK Ea 04 0018 4100-231-000 1/4 INCH REAMER WITH JACOBS CHUCK Ea 04 0019 4100-131-132 UNIVERSAL JACOBS KEY Ea 04 0020 9215-000-000 SYSTEM 9 LARGE BATTERY Ea 04 0021 6203-110-000 AO SMALL ATTACHMENT Ea 02 0022 6203-113-000 HUDSON ATTACHMENT Ea 02 0023 6203-131-000 1/4" CHUCK W/KEY Ea 02 0024 6203-135-000 HUDSON/MODIFIED TRINKLE ATTACHMENT Ea 02 0025 7102-654-000 3HP STERILIZATION CONTAINER Ea 02 0026 8203-026-000 DUAL TRIGGER WIRE COLLET 0.7 - 2.0MM Ea 02 0027 8203-126-000 DUAL TRIGGER PIN COLLET 2.0 - 3.2MM Ea 02 0028 9205-000-000 SYSTEM 9 DUAL TRIGGER ROTARY HANDPIECE Ea 02 0029 9206-000-000 SYSTEM 9 RECIPROCATING SAW Ea 02 0030 9208-000-000 SYSTEM 9 SAGITTAL SAW Ea 02 Total Price: $_______________ Salient Characteristics: Shall offer dedicated handpieces: Large Bone Battery Powered: Cordless Dual Triggered Rotary Drill, Cordless Sagittal Saw, and Cordless Reciprocating Saw with acceleration and braking customization Shall offer a rotary handpiece (clockwise and counter clockwise rotation) with an ability to drill or ream while utilizing the same attachments (157 in/lbs (torque) Shall offer speed or torque(power) customization Shall offer a modifiable/indexing (adjustable position and angle) sagittal saw (10,000 12,000 cuts per minute) Shall offer Reciprocating Saw (10,000 - 13,000 cuts per minute) Shall offer automated washer compatible components and accessories Shall offer dedicated handpieces: Medium Bone Battery Powered: Dual Triggered Rotary Drill (1/4 & 5/32 chuck, Pin/ Wire Collet Driver) Shall offer dedicated handpieces: Small Bone Powered: Rotary Drill (micro/quick disconnect drill), Sagittal Saw, Oscillating Saw, and Reciprocating Saw with acceleration and braking customization, and metal operating switch/handles (Sterilizable) (hand or foot operated) Shall have small rotary drill which require no tools for drill or burs installation (attachments: 5/32 in drill, microdrill straight and angled, micro/quick disconnect drill capability) Shall have small bone oscillating, sagittal, and reciprocating saws which require no tools for blade installation Shall offer power console with dual tool (independent) operations of the small bone instruments (corded) Shall offer interchangeable batteries to be used from large bone tools to medium bone tools and vice versa powered handpieces Shall offer wireless charging of sterilizable (V-pro or Steam), rechargeable, hermetically sealed lithium-ion batteries with low power indicator lights Shall offer easy identifiable indicator lights or indicators on charging base and/or batteries to identify battery end of life or battery charging faults. Shall offer the ability to plug into standard 120V. Shall offer Sterilization Trays that contain all components and accessories for sterilization and storage. FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25Â Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) . FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.225-2 Buy American Certificate This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due March 20th, 2025, by 13:00 p.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than March 13th, 2025, by 12:00 p.m., local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Charles A. Olise via email at: Charles.Olise@va.gov. Inquiries submitted via telephone will not be accepted.