The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 21, issued a Sources Sought Notice for market research to identify capable sources for Surgical Replacement RMD for the VA Palo Alto Health Care System (VAPAHCS). This notice, identified as 36C26125Q0778, is for informational purposes only and is not a solicitation. The VA aims to survey the market to ascertain if sources can provide the requested supplies/services, with a proposed Firm Fixed Price contract. Responses must include company information, point of contact, email, phone number, Unique Entity ID, business size relative to NAICS code 339112 (size standard of 1,000 employees), and compliance with VAAR 852.219-76 for supplies if an SD/VOSB set-aside is determined. Additionally, respondents should indicate if they hold a GSA Federal-Supply-Schedule contract, provide manufacturer details, country of origin, and an Authorized Distributorship Letter if applicable. The response deadline is August 11, 2025, at 12:00 PM Pacific Time.
The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice to gather market research on potential suppliers capable of providing Surgical Replacement Reusable Medical Devices for the VA Palo Alto Health Care System. This notice, identified by solicitation number 36C26125Q0778, serves as a preliminary inquiry rather than a solicitation, aiming to identify qualified vendors across various business classifications such as Service-Disabled Veteran Owned Small Business (SD/VOSB) and others under NAICS code 339112. Interested parties are invited to submit non-binding statements of interest, including their company's details, business size, and whether they can comply with VA requirements if a SD/VOSB set-aside is implemented. Responses should be directed to the Contract Specialist, David Rovner, and should include product manufacturing information. The proposed contract will be a Firm Fixed Price arrangement. Further details are available in the attachment detailing salient characteristics of the required devices. The purpose of this notice is to facilitate the acquisition process while ensuring the VA meets its objectives for sourcing medical supplies.
This government file details salient characteristics for various surgical instruments, specified as "Brand Name or Equal" to Symmetry Surgical products, due to their emergency delivery capability. The listed instruments include the Andrew-Pynchon Suction Tube (11 inches), Schnidt Forceps (10 inches), DeBakey-Liddicoat Forceps (7 3/4 inches), Surgical Obturator (9 inches), Stevens Tenotomy Scissors (7 inches), Love Nerve Root Retractor (8 3/16 inches, 6mm blade), and Vorse Tubing Clamp (7 units, 1/4-inch jaw, 7 1/4 inches). All instruments are made from high-quality stainless steel, designed for durability, corrosion resistance, and precision in various surgical procedures. Key features across these instruments include ergonomic designs, fine tips or serrated jaws for secure handling, and smooth, polished finishes to minimize tissue trauma and facilitate sterilization. Each item is supplied non-sterile but is reusable after proper sterilization, making them cost-effective. The document provides applicable model/make/catalog numbers for each instrument, emphasizing their suitability for delicate and precise surgical applications.
The document serves as a Brand Name or Equal Worksheet that outlines the salient characteristics of various surgical instruments proposed for procurement under federal grant requirements. It includes detailed specifications for instruments such as the Andrew-Pynchon Suction Tube, Schnidt Forceps, DeBakey-Liddicoat Forceps, Rumel Surgical Obturator, Stevens Tenotomy Scissors, Love Nerve Root Retractor, and Vorse Tubing Clamp. Each instrument entry specifies critical dimensions, materials—primarily high-quality stainless steel—and ergonomic designs to ensure durability, usability, and comfort in surgical settings. A consistent theme throughout is that these items should be supplied in a non-sterile condition, necessitating sterilization prior to use, with a focus on cost-effectiveness due to their reusable nature. The document emphasizes the performance and effectiveness of the instruments for various surgical applications, highlighting their construction quality and functionality, particularly for intricate procedures. Overall, it aims to provide necessary criteria to facilitate the acquisition of essential surgical tools that meet stringent standards for health care settings, aligning with the criteria for government RFPs.
This government file details several surgical instruments, specifying "Symmetry or Equal" as the preferred brand due to emergency delivery capabilities. The instruments include the Andrew-Pynchon Suction Tube (11 inches), Schnidt Forceps (7-9 inches), DeBakey-Liddicoat Forceps (7 3/4 inches), Surgical Obturator (9 inches), Stevens Tenotomy Scissors (7 inches), Love Nerve Root Retractor (8 3/16 inches with a 6mm blade), and Vorse Tubing Clamp (7 units, 7 1/4 inches with 1/4 inch jaw). All are made from high-quality stainless steel, designed for durability, precision, and reusability after sterilization, offering cost-effectiveness. Each instrument has specific design features for its intended surgical use, ranging from precise suction and tissue manipulation to delicate cutting and nerve retraction. Symmetry Surgical is consistently noted as the manufacturer for these non-sterile, high-quality tools.