THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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). SEE ATTACHMENT FOR DETAILS: LAPAROSCOPIC SYSTEM FOR BECKLEY VAMC BRAND NAME OR EQUAL TO STRYKER IAW STATEMENT OF WORK OEM DISTRIBUTOR/ AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE AND THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE . MUST FULLY COMPLETE FAR 52.225-6 TRADE AGREEMENT CERTIFICATE NOTICE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Beckley VAMC requires the contractor to deliver within 90 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Beckley VA Medical Center WAREHOUSE/ATTN: 200 Veterans Avenue Beckley, WV 25801 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 90 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS ** **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) 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. If you are not a manufacturer. Company shall provide an authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number and SIN number? If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract/SIN? Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Friday, May 23, 2025, by 3:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) LAPAROSCOPIC SYSTEM FOR BECKLEY VAMC. GENERAL: Scope of Services: The purpose of this requirement is to replace the failing laparoscopic towers for the Operating Rooms at the Beckley VA Medical Center. The requirement includes the cameras, controllers, carts, light sources, device controllers, transmitters, receivers, displays, insufflators, printers, and more for the three systems. The procurement shall include all parts, materials, labor, software/licenses, and travel to complete the full installation/configuration of the systems. Location: 200 Veterans Ave, Beckley, WV 25801 Performance Period: Requested delivery within 90 days of award WORK HOURS: Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. 4:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR). Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination. SPECIFICATIONS: Technical Requirements The procurement is for a brand name or equal solution for three comprehensive surgical video tower systems to be utilized during laparoscopic, sinuscopic, and arthroscopic cases. The Stryker brand name components include: Description/Part Number* Qty 1788010000 PKG 1788 Camera Control Unit CCU 3 220240300 PKG L12 LED LIGHT SOURCE WITH AIM 3 0240099110K FLAT PANEL ROLL STAND KIT 1 240200412 Connected OR Hub Base System with Device Control and SDP1000 Printer 3 240031065 Pkg SYNK 4K Wireless Transmitter 3 240031075 Pkg SYNK 4K Wireless Receiver 3 240031311 32IN 4K OLED Surgical Display with OLED Display Cover Kit 6 1788610122 PKG 1788 4K CAMERA HEAD WITH INTEGRATED COUPLER 10 233050400 FG SAFELIGHT FIBER OPTIC CABLE WITH ADVANCED IMAGING MODALITY 5 MM 10 0502-103-010 PRECISION IDEAL EYES 10MM 0° HD AC LPSC 6 0502-103-030 PRECISION IDEAL EYES 10MM 30° HD AC LPSC 6 0502-503-010 PRECISION IDEAL EYES 5.5 0° HD ACL LAP30 6 0502-503-030 PRECISION IDEAL EYE 5.5 30° HD ACL LAP30 6 240-099-155 Connected OR Cart 120 V 3 620050001 PNEUMOCLEAR CO2 CONDITIONING INSUFFLATOR KIT BOTTLE GAS 3 0502-444-030 PRECISION IE 4K EYPC ASC ATCL4X30°140SLK 8 0502-444-070 PRECISION IE 4K EYPC ASC ATCL4X70°140SLK 3 0502-127-030 HD 2.7MMX30° ARTHROSCOPE SPEEDLOCK A/C 1 747031530 PKG. PUMP CANNULA 5.8MM W 1 ROTATING ST 11 747031510 PKG. PENCIL OBTURATOR 5.8MM PUMP CANNULA 11 0343-331-430 PKG. 4.0MM SINGLE ROTATING STOPCOCK - WITH HOLES 1 0343-331-410 PKG. OBTURATOR 4.0MM PENCIL TIP 1 0502-655-010 Precision S 4K Sinuscope, Autoclavable, 4mm x 0°, 180mm  3 0502-654-045 PRECISION S 4K SINUSCOPE, ACLV,4X45°,155 3 0502-654-070 PRECISION S 4K SINUSCOPE, ACLV,4X70°,155 3 0502652010K 0502652010 Sinuscope and 0502752010 Sheath Kit 3 0502652030K 0502652030 Sinuscope and 0502752030 Sheath Kit 3 233032105 ENDOSCOPE AND CAMERA STERILIZATION TRAY 10 233032108 PKG LAPAROSCOPE STERILIZATION TRAY 10 233032116 ENDOSCOPE AND HARDWARE SET TRAY 12 The systems shall be able to perform the video visualization function for all laparoscopic, sinuscopic, and arthroscopic cases at the Beckley VAMC. The three systems shall be on towers/carts to allow for mobility in the operating room. The system shall have advanced visualization/quality. The system shall have the ability for visualizing perfusion during open surgery. The systems shall include 2, 32inch, 4K, OLED displays. One located on the scope tower and the other to be located on an existing equipment boom. The systems insufflators are preferred to have integrated heating, humidification, and smoke evacuation. The system shall offer a means to export captured images off the device to be later scanned and manually uploaded into the VA EMR. The provided boom mounted monitors shall be able to connect to the existing Steris video integration system for displaying video/images in the ORs via a hardwired connection (i.e. HDMI). Contractor shall provide two copies of the operating and service manuals. Scope Requirements Laparoscopes Diameter, mm Working Length, mm Direction of view, degrees Field of View, degrees Definition Cleaning Quantity 10 330 0 75 HD Autoclavable 5 10 330 30 75 HD Autoclavable 5 5 300 0 75 HD Autoclavable 5 5 300 30 75 HD Autoclavable 5 Arthroscopes Diameter, mm Working Length, mm Direction of view, degrees Lock Type Definition Cleaning Quantity 4 140 mm 0 deg Speedlock 4K Autoclavable  8 4 140 mm 70 deg Speedlock 4K Autoclavable  3 Sinuscopes Diameter, mm Working Length, mm Direction of view, degrees Field of View, degrees Definition Cleaning Quantity 4 180 0 105 4K Autoclavable  3 4 155 45 105 4K Autoclavable  3 4 155 70 105 4K Autoclavable  3 3.1 170 0 80 4K Autoclavable  3 3.1 170 30 80 4K Autoclavable  3 Networking Requirements. Connection to the VA network is NOT a requirement. If the proposed solution requires a VA network connection to operate, the vendor will be required to complete the VA s required documentation. Should the manufacturer of the equipment not have an approved Enterprise Risk Analysis completed, this will be required in order to fully install the system on the network. Only OEM-supported operating systems shall be provided Following purchase, the VA will provide specific network information for the configuration of the system. If remote support is required, the Contractor must have a completed MOU/ISA. Cleaning/Sterilization Requirements. The Contractor shall provide cleaning/sterilization instructions (Instructions for Use IFU) for the Government to determine the ability of the facility to properly process the equipment. Delivery Requirements Delivery is required 90 days from award of the contract. Large deliveries are to be coordinated in advance with the COR to ensure necessary planning takes place. Contractor is to provide the COR with shipment tracking information. Installation Requirements Full installation of the system shall be included as a part of this contract. This will include, but not be limited to: Assembly and configuration of scope towers Mounting of monitors on existing equipment booms. Contractor shall provide new mounting brackets if existing bracket cannot support the new monitors. Contractor to utilize existing power present in the boom. All parts, materials, tools, labor, and travel to complete the installation shall be included as a part of this contract. Contractor is required to complete all configuration for the system to be usable. Contractor shall provide validation that the system is fully functional upon completion of the installation/implementation. Patient Health Information The Contractor shall safeguard patient health information. The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information. Contractor shall not remove any hard-drives or storage systems containing sensitive or patient health information. Training Requirements Contract shall include training for the end-users in the operation of the system. Training shall be on the function and use of the device, in addition to any software/applications. Training shall be on-site for one day. Contract shall include training for the technical professionals (Biomedical Equipment Support Specialists) Training shall cover the maintenance, troubleshooting, and repair of the system. Training shall be on-site for one day. Contractor Requirements All Contractor personnel performing installation services of the equipment shall have factory training and experience in the implementation of the equipment. Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Warranty Information The equipment shall have a warranty of 1 year from the full installation/acceptance of the equipment. Warranty support shall include repair of the system Warranty support shall include all parts, materials, labor, and travel to complete the repair or maintenance. Requests for warranty support shall be made to the telephone support number provided by the Contractor. Warranty support requests shall be responded to within 2 days. Contractor shall perform any available system updates during the warranty period at the discretion of Biomedical Engineering. Contractor shall provide a copy of the service report, complete with test data, to the contract COR within five working days after completion of any services. Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided. On-Site Procedures Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department. Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information. Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure. Contractor personnel shall sign out upon completion of visit. Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas. Safety and Security Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact. Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures. Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Property Damage The contractor shall take all necessary precautions to prevent damage to any Government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional. Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems. EVALUATION FACTORS LAPAROSCOPIC SYSTEM - BECKLEY VA MEDICAL CENTER Volume I - Technical Capability The offeror shall provide technical information regarding its proposed laparoscopic system solution as described in the Statement of Work with technical information required to include the following: Ability to provide all of the required components of the laparoscopic system, clearly noting any deviations from the items, dimensions, features, etc. for any parts Demonstrate the camera system visualization quality Demonstrate the ability for visualizing perfusion during open surgery Provide information on the surgical monitor size and quality Explain the fluorescence imaging capabilities and quality Provide information on the insufflator s features Confirm ability to connect to existing Steris video integration system Provide the Instructions for Use (IFU) or Cleaning Instructions for reprocessed/reused parts Volume II Price Price - The offeror shall complete the pricing schedule provided in the above: Price/Cost Schedule. Volume III Past Performance The offeror shall submit three (3) past performance references that are recent and relevant which focuses on experience within the last five (5) years in hospital settings that are comparable in size as the Beckley VA Medical Center. References shall include the contract number for the project, a brief description, and a point of contact to include an email address. The information shall be provided in 5 pages or less. Past Performance- Acceptable or Unacceptable Rating The Government shall make an objective assessment of the Offeror's current/past performance. It will conduct a performance acceptable assessment based on aspects of offeror's past performance that are recent and relevant which focuses on experience within the last 5 years in the hospital settings that are comparable in size as VA Capitol Health Care Network (VISN 5) or larger which contain Operating Rooms, PACUs and other critical care areas. They have to be relevant, similar in complexity, and magnitude requirements of solicitation. Performance that are not recent, relevant, similar in complexity or magnitude will be evaluated with unacceptable performance in this area. Volume IV Must Complete the Trade Agreement Certificate. Must complete the Trade Agreement Certificate to provide the country of origin (COO) for all the line-items. Volume V Must provide an OEM Authorized Distributor Letter from the manufacturer Must provide the OEM from the manufacturer, if no OEM letter from the manufacturer is supplied. The vendor will be considered non-responsive, and the vendor will be dis-qualified at the time request for Information (RFI) will close. LINE-ITEM DESCRIPTION LAPAROSCOPIC SYSTEM FOR BECKLEY VAMC BRAND NAME OR EQUAL TO STRYKER IAW STATEMENT OF WORK B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA PKG 1788 Camera Control Unit CCU CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 1788010000 LOCAL STOCK NUMBER: 1788010000 0002 3.00 EA PKG L12 LED LIGHT SOURCE WITH AIM CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 220240300 LOCAL STOCK NUMBER: 220240300 0003 1.00 EA FLAT PANEL ROLL STAND KIT CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0240099110K LOCAL STOCK NUMBER: 0240099110K 0004 3.00 EA Connected OR Hub Base System with Device Control and SDP1000 Printer CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 240200412 LOCAL STOCK NUMBER: 240200412 0005 3.00 EA Pkg SYNK 4K Wireless Transmitter CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 240031065 LOCAL STOCK NUMBER: 240031065 0006 3.00 EA Pkg SYNK 4K Wireless Receiver CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 240031075 LOCAL STOCK NUMBER: 240031075 0007 6.00 EA 32IN 4K OLED Surgical Display with OLED Display Cover Kit CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 240031311 LOCAL STOCK NUMBER: 240031311 0008 10.00 EA PKG 1788 4K CAMERA HEAD WITH INTEGRATED COUPLER CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 1788610122 LOCAL STOCK NUMBER: 1788610122 0009 10.00 EA FG SAFELIGHT FIBER OPTIC CABLE WITH ADVANCED IMAGING MODALITY 5 MM CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 233050400 LOCAL STOCK NUMBER: 233050400 0010 6.00 EA PRECISION IDEAL EYES 10MM 0? HD AC LPSC CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-103-010 LOCAL STOCK NUMBER: 0502-103-010 0011 6.00 EA PRECISION IDEAL EYES 10MM 30? HD AC LPSC CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-103-030 LOCAL STOCK NUMBER: 0502-103-030 0012 6.00 EA PRECISION IDEAL EYES 5.5 0? HD ACL LAP30 CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-503-010 LOCAL STOCK NUMBER: 0502-503-010 0013 6.00 EA PRECISION IDEAL EYE 5.5 30? HD ACL LAP30 CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-503-030 LOCAL STOCK NUMBER: 0502-503-030 0014 3.00 EA Connected OR Cart 120 V CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 240-099-155 LOCAL STOCK NUMBER: 240-099-155 0015 3.00 EA PNEUMOCLEAR CO2 CONDITIONING INSUFFLATOR KIT BOTTLE GAS CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 620050001 LOCAL STOCK NUMBER: 620050001 0016 8.00 EA PRECISION IE 4K EYPC ASC ATCL4X30?140SLK CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-444-030 LOCAL STOCK NUMBER: 0502-444-030 0017 3.00 EA PRECISION IE 4K EYPC ASC ATCL4X70?140SLK CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-444-070 LOCAL STOCK NUMBER: 0502-444-070 0018 1.00 EA HD 2.7MMX30A ARTHROSCOPE SPEEDLOCK A/C CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-127-030 LOCAL STOCK NUMBER: 0502-127-030 0019 11.00 EA PKG. PUMP CANNULA 5.8MM W 1 ROTATING ST CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 747031530 LOCAL STOCK NUMBER: 747031530 0020 11.00 EA PKG. PENCIL OBTURATOR 5.8MM PUMP CANNULA CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 747031510 LOCAL STOCK NUMBER: 747031510 0021 1.00 EA PKG. 4.0MM SINGLE ROTATING STOPCOCK - WITH HOLES CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0343-331-430 LOCAL STOCK NUMBER: 0343-331-430 0022 1.00 EA PKG. OBTURATOR 4.0MM PENCIL TIP CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0343-331-410 LOCAL STOCK NUMBER: 0343-331-410 0023 3.00 EA Precision S 4K Sinuscope, Autoclavable, 4mm x 0A, 180mm A CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-655-010 LOCAL STOCK NUMBER: 0502-655-010 0024 3.00 EA PRECISION S 4K SINUSCOPE, ACLV,4X45,155 CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-654-045 LOCAL STOCK NUMBER: 0502-654-045 0025 3.00 EA PRECISION S 4K SINUSCOPE, ACLV,4X70?,155 CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502-654-070 LOCAL STOCK NUMBER: 0502-654-070 0026 3.00 EA 0502652010 Sinuscope and 0502752010 Sheath Kit CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502652010K LOCAL STOCK NUMBER: 0502652010K 0027 3.00 EA 0502652030 Sinuscope and 0502752030 Sheath Kit CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 0502652030K LOCAL STOCK NUMBER: 0502652030K 0028 10.00 EA ENDOSCOPE AND CAMERA STERILIZATION TRAY CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 233032105 LOCAL STOCK NUMBER: 233032105 0029 10.00 EA PKG LAPAROSCOPE STERILIZATION TRAY CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 233032108 LOCAL STOCK NUMBER: 233032108 0030 12.00 EA ENDOSCOPE AND HARDWARE SET TRAY CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO STRYKER IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 233032116 LOCAL STOCK NUMBER: 233032116 GRAND TOTAL