PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD ...



PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE:% FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS ARATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TOCODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH ANDDATED ________________________________. YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 20695-14-4-081-8694VA69D-14-Q-183109-23-2014ROSENWALD,TIM414-844-4800 X 4325209-26-201413p000069DGreat Lakes Acquisition Center (GLAC)Department of Veterans Affairs115 S 84th Street, Suite 101Milwaukee WI 53214-1476339112500 EmployeesN/A N/AX0069DCLEMENT J. ZABLOCKI VAMCBLDG 1115000 W NATIONAL AVEMilwaukee WI 53295-10000069DGreat Lakes Acquisition Center (GLAC)Department of Veterans Affairs115 South 84th Street, Suite 101Milwaukee WI 53214-1476Department of Veterans AffairsFinancial Services CenterPO Box 149971Austin TX 78714-9971See Continuation PageHeadless Compression Screws695-3640160-081-828100-2632 0100441S9XXX 1TERESA BEERS-WESOLOWSKI, COSECTION AA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSTable of Contents TOC \o &quot;1-4&quot; \f \h \z \u \x SECTION A PAGEREF _Toc399235303 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc399235304 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc399235305 \h 3B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc399235306 \h 3B.2 Price/Cost Schedule PAGEREF _Toc399235307 \h 4Item Information PAGEREF _Toc399235308 \h 4B.3 Delivery Schedule PAGEREF _Toc399235309 \h 8SECTION C - CONTRACT CLAUSES PAGEREF _Toc399235310 \h 13C.1 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) PAGEREF _Toc399235311 \h 13C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc399235312 \h 13C.3 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) PAGEREF _Toc399235313 \h 13C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc399235314 \h 14C.5 VAAR 852.246-70 GUARANTEE (JAN 2008) PAGEREF _Toc399235315 \h 15C.6 VAAR 852.246-71 INSPECTION (JAN 2008) PAGEREF _Toc399235316 \h 15C.7 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (APR 2014) PAGEREF _Toc399235317 \h 15C.8 52.225-18 PLACE OF MANUFACTURE (SEPT 2006) PAGEREF _Toc399235318 \h 19C.9 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) PAGEREF _Toc399235319 \h 20C.10 52.211-6 BRAND NAME OR EQUAL (AUG 1999) PAGEREF _Toc399235320 \h 20C.11 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc399235321 \h 20SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.)Contract Administration: All contract administration matters will be handled by the following individuals:??? a.?CONTRACTOR:??????????? ______________________________________? ?(Contractor’s Name)______________________________________?????????????????????????????????????????? ?? ______________________________________?? (Address)????????????????????????????????????? ????????? ______________________________________?? (City-State-Zip)???????????????????????????????????????????????? ______________________________________?? (Point of Contact/Title) PHONE NUMBER ______________________________________?????? FAX NUMBER ?????????????? ______________________________________?????? E-MAIL ADDRESS???????? ______________________________________?????? DUNS NUMBER NO.???? ______________________________________?????? FEDERAL TAX?I.D. NO. ______________________________________ ??????? FSS CONTRACT NO. ______________________________________ Expiration Date of GSA/FSS Contract:? ___________________________b. GOVERNMENT: TIM ROSENWALD, Contract SpecialistDepartment of Veterans Affairs, Network Contracting Office???????????????????????????????????Great Lakes Acquisition Center, VISN 12??????????????????????????????????115 South 84th Street, Suite 100??????????????????????????????????????Milwaukee, WI 53214-14762. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X] 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration3. INVOICES: Invoices shall be submitted in arrears in accordance with:852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)UPON ACCEPTANCE OF ITEMS4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS.For assistance setting up e-Invoice, the below information is provided:* OB10 e-Invoice Setup Information: 1-877-489-6135* OB10 e-Invoice email: VA.Registration@ <;* FSC e-Invoice Contact Information: 1-877-353-9791* FSC e-invoice email: vafsccshd@ FSC requires the following information to be included on invoices received for payment:? Vendor Name? Remittance address (where the payment is to be issued)? Complete purchase order number (for example 537-A2XXXX)? Itemized description of goods or services, quantity and unit price? Total dollar amount of invoice? Discount or Net termsSECURITY & PRIVACY CONTROL:If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at (202) 461-6309. If there are any questions related to the information security, please have a member of your staff contact the Office of Cyber Security at (304) 262-7733.BASIS OF AWARDAward will be made according to Best Value for the government.AUTHORITYThis solicitation is being conducted in accordance with FAR 8.405-2.SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS(SF 1449, Continuation of Blocks 19 – 24)Contractor shall provide the following equipment for the CLEMENT J. ZABLOCKI VAMC, MILWAUKEE, WI 53295-1000. All equipment shall be delivered FOB Destination within 60 calendar days after receipt of Notice of Award and/or Purchase Order. The following items are offered by ACUMED LLC are known to meet the VA’s needs.. Offeror shall provide the following Brand Name or Equal: CONTRACT ADMINISTRATIONThe Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contracto5r effects any such change as the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof.B.2 Price/Cost ScheduleItem InformationITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT1NON STERILE 8MM MICR ACUTRAK MPN, ITEM OR STOCK# AT2-C082.00EA____________________________________2NON STERILE 9MM MICRO ACUTRAK MPN, ITEM OR STOCK# AT2-C092.00EA____________________________________3NON STERILE 10MM MICRO ACUTRAKMPN, ITEM OR STOCK# AT2-C102.00EA____________________________________4NON STERILE 12MM MICOR ACUTRAK MPN, ITEM OR STOCK# AT2-C112.00EA____________________________________5NON STERILE 12MM MICRO ACUTRAK MPN, ITEM OR STOCK# AT2-C122.00EA____________________________________6NON STERILE 13MM MICRO ACUTRAK MPN, ITEM OR STOCK# AT2-C13, AT2-13MM2.00EA____________________________________7SCREW-BONE-14MM-MICRO-ACUTRAK MPN, ITEM OR STOCK# AT2-C14-S2.00EA____________________________________8Non Sterile 16mm Micro Acutrak 2 MPN, ITEM OR STOCK# at2-c162.00EA____________________________________9SCREW-BONE-MICRO-ACUTRAK-18MM MPN, ITEM OR STOCK# -#AT2-C18-S 2.00EA____________________________________10SCREW-BONE-MICRO-ACUTRAK-20MMMPN, ITEM OR STOCK# -#AT2-C20-S 2.00EA____________________________________11SCREW,BONE,MICRO,22.0MM,ACUTRAK 2 MPN, ITEM OR STOCK# AT2-C222.00EA____________________________________1224.0mm, Micro Acutrak 2 Bone Screw MPN, ITEM OR STOCK# AT2-C242.00EA____________________________________13SCREW,BONE,CANND,L 26MM,FOR USE W/ACUTRAK 2 MICRO SCREW SYS MPN, ITEM OR STOCK# AT2-C262.00EA____________________________________14SCREW,BONE,MICRO,28.0MM,ACUTRAK 2 MPN, ITEM OR STOCK# AT2-C282.00EA____________________________________1530.0mm, Micro Acutrak 2 Bone Screw MPN, ITEM OR STOCK# at2-c302.00EA____________________________________16SCREW,BONE,CANND,L 16MM,TI ALLOY,HEADLESS,STER,ACUTRAK 2 MPN, ITEM OR STOCK# AT2-M16-S2.00EA____________________________________17SCREW-BONE-18MM-MINI-ACUTRAKMPN, ITEM OR STOCK# -#AT2-M18-S 2.00EA____________________________________18SCREW-BONE-20.0MM-MINI-ACUTRAK-MPN, ITEM OR STOCK# #AT2-M20-S 2.00EA____________________________________19SCREW-22.0MM-MINI-AT2-# MPN, ITEM OR STOCK# ATS-M22-S 2.00EA____________________________________20SCREW-BONE-24.0MM-MPN, ITEM OR STOCK# AT2-M24-S 2.00EA____________________________________21SCREW-BONE-26.0MM-MINI-ACUTRAK-MPN, ITEM OR STOCK# AT2-M26-S 2.00EA____________________________________22Non-Sterile 28mm Mini Acutrak 2 MPN, ITEM OR STOCK# at2-m282.00EA____________________________________23SCREW-BONE-30.0MM-MPN, ITEM OR STOCK# AT2-M30-S 2.00EA____________________________________24Non Sterile 16mm Standard Acutrak 2 MPN, ITEM OR STOCK# at2-s162.00EA____________________________________25SCREW-BONE-STANDARD-18.0MM-MPN, ITEM OR STOCK# AT2-S18-S 2.00EA____________________________________26Non Sterile 20mm Standard Acutrak 2 MPN, ITEM OR STOCK# at2-s202.00EA____________________________________27Non Sterile 22mm Standard Acutrak 2 MPN, ITEM OR STOCK# at2-s222.00EA____________________________________28Non sterile 24mm Standard Acutrak2 MPN, ITEM OR STOCK# AT2-S242.00EA____________________________________29AT2-S26 NON STERILE 26MM STANDARD MPN, ITEM OR STOCK# AT2-S262.00EA____________________________________30NON STERILE 28MM STANDARD MPN, ITEM OR STOCK# AT2-S282.00EA____________________________________31MPN, ITEM OR STOCK# AT2-S30 30MM NON STERILE STANDARD 2.00EA____________________________________32MPN, ITEM OR STOCK# AT2-S32 NON STERILE STANDARD 2.00EA____________________________________33MPN, ITEM OR STOCK# AT2-S34 NON STERILE 34MM STANDARD 2.00EA____________________________________34DRILL BIT,ORTHO,LONG PROF MPN, ITEM OR STOCK# 80-01002.00EA____________________________________35MPN, ITEM OR STOCK# 80-0519 SHORT CANNULA ASSEMBLY 1.00EA____________________________________36MPN, ITEM OR STOCK# 80-0598 1.5MM EASOUT, QR 1.00EA____________________________________37MPN, ITEM OR STOCK# 80-0598 1.5MM EASOUT, QR 1.00EA____________________________________38MPN, ITEM OR STOCK# 80-0600 2.5MM EASYOUT, QR 1.00EA____________________________________39MPN, ITEM OR STOCK# 80-0663 MEDIUM RATCHETING DRIVER HANDLE 1.00EA____________________________________40MPN, ITEM OR STOCK# 80-0808 UNIV AT2 STD MINI & MICRO INST 1.00EA____________________________________41 UNIV AT2 STD MINI & MICRO IMP BASE MPN, ITEM OR STOCK# 80-08111.00EA____________________________________42Univ At2 Deep Lid MPN, ITEM OR STOCK# 80-08121.00EA____________________________________43MPN, ITEM OR STOCK# 80-1522 MICRO ACUTRAK EXT LONG DRILL 2.00EA____________________________________44MPN, ITEM OR STOCK# 80-1523 MICOR ACUTRAK SCREW SIZER 1.00EA____________________________________45MPN, ITEM OR STOCK# 80-1524 .035 X 6 SINGLE TROCAR GUIDE WIRE 4.00EA____________________________________46WIRE,ORTHO,MICRO,DBL TROCAR,ACUMED,.035IN,L 6IN MPN, ITEM OR STOCK# 80-15254.00EA____________________________________47MPN, ITEM OR STOCK# 80-1526 MICOR ACUTRAK EXTENSION CADDY 1.00EA____________________________________48MPN, ITEM OR STOCK# 80-1527 MICRO ACUTRAK 2 EXTENSION PLATTER 1.00EA____________________________________49MPN, ITEM OR STOCK# 80-1534 MICRO ACUTRAK EXT PLATTER LID 1.00EA____________________________________50MPN, ITEM OR STOCK# ACT70-01 STANDARD XRAY TEMPLATE 1.00EA____________________________________51Acutrak 2 Micro X-ray Template MPN, ITEM OR STOCK# ACT-70-021.00EA____________________________________52ACutrak 2 Mini Xray Template MPN, ITEM OR STOCK# ACT70-031.00EA____________________________________53FORCEPS,SURG,ACUTRAK 2 INSTRUMENT MPN, ITEM OR STOCK# AT-70051.00EA____________________________________54Acutrak Plunger Assy MPN, ITEM OR STOCK# AT-70601.00EA____________________________________55AT2 Probe MPN, ITEM OR STOCK# AT2-04021.00EA____________________________________56Acutrak 2 Standard Screw Caddy MPN, ITEM OR STOCK# AT2-0551.00EA____________________________________57Acutrak 2 Mini Screw Caddy MPN, ITEM OR STOCK# AT2-0661.00EA____________________________________58Acutrak 2 Micro Screw Caddy MPN, ITEM OR STOCK# AT2-0771.00EA____________________________________59Micro Acutrak 2 Drill MPN, ITEM OR STOCK# AT2-15092.00EA____________________________________60Acutrak 2 Drill MPN, ITEM OR STOCK# AT2-25152.00EA____________________________________61.035 Dia, Parallel Wire Guide Ass MPN, ITEM OR STOCK# AT2-35001.00EA____________________________________62.045 Dia, Parallel wirel Guide Ass MPN, ITEM OR STOCK# AT2-45001.00EA____________________________________63.054 Dia, Parallel Wire guide Ass MPN, ITEM OR STOCK# AT2-54001.00EA____________________________________64DRIVER,SURG,SCREW,DRILL,ACCUTRAK STD 2 MPN, ITEM OR STOCK# AT2-L25152.00EA____________________________________65AT2 Screw Sizer MPN, ITEM OR STOCK# AT2-SMCZ1.00EA____________________________________66DRILL BIT,ORTHO,ACUTRAK 2 MINI,PROF,DIA 2.5MM,L 8.3MM,THRD MPN, ITEM OR STOCK# AT2M-18132.00EA____________________________________67DRILL BIT,ORTHO,ACUTRAK 2 MINI,LONG DRILL,DIA 2.7MM,L 32.0MM MPN, ITEM OR STOCK# AT2M-L18132.00EA____________________________________686mm Graft Removal Paddle Assy MPN, ITEM OR STOCK# BG-80641.00EA____________________________________69SCREWDRIVER,SURGICAL,HEX HEAD,1.5MM MPN, ITEM OR STOCK# HT-09152.00EA____________________________________702.0mm Cann Quick Release Driver Tip MPN, ITEM OR STOCK# Ht-11202.00EA____________________________________71DRIVER,SURG,SCREW,HEXAGONAL,ACCUTRAK STD 2,W 2.5MM MPN, ITEM OR STOCK# HT-17252.00EA____________________________________727mm bone Graft Drill Assy MPN, ITEM OR STOCK# PL-Bg071.00EA____________________________________73GUIDEWIRE/PIN,ORTHO,ACUTRAK 2 MICRO,0.035 X 6IN,SS MPN, ITEM OR STOCK# WS-0906ST4.00EA____________________________________74GUIDEWIRE/PIN,ORTHO,0.045 X 6IN,NON-THRD,STER,DISP MPN, ITEM OR STOCK# WS-1106ST4.00EA____________________________________75.054 x 7 St Guide Wire LOCAL STOCK NUMBER: WS-1407ST - 4.00EA____________________________________GRAND TOTAL__________________B.3 Delivery ScheduleITEM NUMBERQUANTITYDELIVERY DATE00001-00075SHIP TO:CLEMENT J. ZABLOCKI VAMCBLDG 1115000 W NATIONAL AVEMILWAUKEE ,WI 53295 1000ALL MARK FOR:PATRICK INGOLPATRICK.INGOL@414-384-2000 X 41342STATEMENT OF WORK FOR THE MILWAUKEE VABackground The Milwaukee VA has a requirement for Headless Compression Screws. The instruments will be used in the operating room on small bone fractures and fusions. Objectives/ScopeThe purchase of the instruments will allow the surgeons the ability to perform these emergency procedures without delay. The current practice is to have the vendor bring the instruments in on a case by case basis. Selection CriteriaBRAND NAME or Equal Acumed Acutrak 2 Must be a compression screwScrew must be fully threaded and headlessScrews must have a variable thread pitchSelf-CuttingHelical relief flutesCannulatedMust be available in a minimum of 66 different sizesScrews must be available in Micro (1.5mm) 8-20mm in length, Mini (2.0mm) 16-30mmin length, and Standard (2.5mm) 16-34mm in lengthNon-sterileMaterial must be Type II AnodizedMust meet minimum sterilization parameters: no less than a 4 minute sterilization time up to 30 minutes with no less than 270 degrees F, up to 275F. Dry times can vary.If the contractor instruments require Gravity Sterilization the sterilization parameter must be 30 minutes at 250 degrees F.Schedule of Items:Part IDPart DescriptionQtyAT2-C08Non Sterile 8mm Micro Acutrak 22AT2-C09Non Sterile 9mm Micro Acutrak 22AT2-C10Non Sterile 10mm Micro Acutrak 22AT2-C11Non Sterile 11mm Micro Acutrak 22AT2-C12Non Sterile 12mm Micro Acutrak 22AT2-C13Non Sterile 13mm Micro Acutrak 22AT2-C14Non Sterile 14mm Micro Acutrak 22AT2-C16Non Sterile 16mm Micro Acutrak 22AT2-C18Non Sterile 18mm Micro Acutrak 22AT2-C20Non Sterile 20mm Micro Acutrak 22AT2-C2222.0mm, Micro Acutrak 2? Bone Screw2AT2-C2424.0mm, Micro Acutrak 2? Bone Screw2AT2-C2626.0mm, Micro Acutrak 2? Bone Screw2AT2-C2828.0mm, Micro Acutrak 2? Bone Screw2AT2-C3030.0mm, Micro Acutrak 2? Bone Screw2AT2-M16Non Sterile 16mm Mini Acutrak 22AT2-M18Non Sterile 18mm Mini Acutrak 22AT2-M20Non Sterile20mm Mini Acutrak 22AT2-M22Non Sterile 22mm Mini Acutrak 22AT2-M24Non Sterile 24mm Mini Acutrak 22AT2-M26Non Sterile 26mm Mini Acutrak 22AT2-M28Non Sterile 28mm Mini Acutrak 22AT2-M30Non Sterile 30mm Mini Acutrak 22AT2-S16Non Sterile 16mm Standard Acutrak 22AT2-S18Non Sterile 18mm Standard Acutrak 22AT2-S20Non Sterile 20mm Standard Acutrak 22AT2-S22Non Sterile 22mm Standard Acutrak 22AT2-S24Non Sterile 24mm Standard Acutrak 22AT2-S26Non Sterile 26mm Standard Acutrak 22AT2-S28Non Sterile 28mm Standard Acutrak 22AT2-S30Non Sterile 30mm Standard Acutrak 22AT2-S32Non Sterile 32mm Standard Acutrak 22AT2-S34Non Sterile 34mm Standard Acutrak 2280-0100Micro-Acutrak 2? Drill, Long280-0519Acutrak? Short Cannula Assembly180-05981.5mm Easyout, QR180-05992.0mm Easyout, QR180-06002.5mm Easyout, QR180-0663Medium Ratcheting Driver Handle180-0808Univ AT2 Std Mini & Micro Inst Base180-0811Univ AT2 Std Mini & Micro Imp Base180-0812Univ AT2 Deep Lid180-1522Micro Acutrak 2? Extended Long Drill280-1523Micro Acutrak 2? Screw Sizer180-1524.035 x 6 in Single Trocar Guide Wire480-1525.035 x 6 in Double Trocar Guide Wire480-1526Micro Acutrak 2? Extension Caddy180-1527Micro Acutrak 2? Extension Platter180-1534Micro Acutrak 2? Extension Platter Lid1ACT70-01Acutrak 2? Standard X-Ray Template1ACT70-02Acutrak 2? Micro X-Ray Template1ACT70-03Acutrak 2? Mini X-Ray Template1AT-7005Forceps1AT-7060Acutrak? Plunger Assy.1AT2-0402AT2 Probe1AT2-055Acutrak 2? Standard Screw Caddy1AT2-066Acutrak 2? Mini Screw Caddy1AT2-077Acutrak 2? Micro Screw Caddy1AT2-1509Micro Acutrak 2? Drill2AT2-2515Acutrak 2? Drill2AT2-3500.035 Dia, Parallel Wire Guide Assembly1AT2-4500.045 Dia, Parallel Wire Guide Assembly1AT2-5400.054 Dia, Parallel Wire Guide Assembly1AT2-L2515Acutrak 2? Drill, Long2AT2-SMCZAT2 Screw Sizer1AT2M-1813Mini Acutrak 2? Drill2AT2M-L1813Mini Acutrak 2? Drill, Long2BG-80646mm Graft Removal Paddle Assy.1HT-09151.5mm Cann. Quick Release Driver Tip2HT-11202.0mm Cann. Quick Release Driver Tip2HT-17252.5mm Cann. Quick Release, Driver Tip2PL-BG077mm Bone Graft Drill Assy.1WS-0906ST.035" X 5.75" ST Guide Wire4WS-1106ST.045" X 6" ST Guide Wire4WS-1407ST.054" X 7" ST Guide Wire4Deliverables or Delivery ScheduleThe contractor shall deliver the equipment via standard delivery with F.O.B. destination with 60 days of the date of the award.The equipment shall be delivered to the following address:Zablocki VAMCBuilding 111, WarehouseAttn: Dental5000 West National AvenueMilwaukee, WI 53295Documentation necessary includes a statement acknowledgement/invoice and receipt of delivery.SECTION C - CONTRACT CLAUSESC.1 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.(End of Clause)C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.3 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.(End of Clause)C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.5 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of , said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.(End of Clause)C.6 VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.(End of Clause)C.7 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (APR 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (); (ii) Quick Search (); (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through . (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)(End of Addendum to 52.212-1)C.8 52.225-18 PLACE OF MANUFACTURE (SEPT 2006) (a) Definitions. As used in this clause— "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) Outside the United States.(End of Provision)C.9 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.(End of Clause)C.10 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.(End of Provision)C.11 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.(End of Provision) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download