36C26225Q1153 NOTICE OF INTENT TO SOLE SOURCE Page 1 | 1 The Department of Veterans Affairs, Network Contracting Office (NCO) 22, located at 4811 Airport Plaza Drive, Long Beach, CA 90815 is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Award under FAR Part 13 Simplified Acquisition Procedures (SAP), specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The intended Contractor is Stryker Sales, LLC, a large business, headquartered at 1941 Stryker Way, Portage MI 49002. This requirement is for VISN 22 site at the Southern Arizona VA Healthcare System (Tucson). The site requires repair parts to ensure that the on hand Stryker Neptune Rover systems continue to function as efficiently as possible. This requirement is for a one time purchase of repair parts for the Neptune Rover systems. (See Statement of Work (SOW) herein). As the OEM, Stryker Sales is the only contractor that is capable to provide these repair parts to ensure that the Neptune systems remain operational and do not lose their warranties by using third-party parts. Only parts from the OEM (brand name) will meet acceptable requirements. Replacement of these parts is due to a recall. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. The North American Industry Classification System (NAICS) for this requirement is, 339113 Surgical Appliance and Supplies Manufacturing. Product/Service Code for this requirement is 6515 Medical Equipment and Accessories and Supplies. The Small Business Administration (SBA) size standard for this sector is 800 employees. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Marcos Diaz at Marcos.Diaz@va.gov with the following information referenced in the subject line, 36C26225Q1153 Stryker Neptune Rover Repair Parts. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit capability statement which shall be considered by the agency no later than 07:00 AM Pacific Standard Time (PST) on July 14, 2025 to Marcos Diaz at Marcos.Diaz@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt. SDVOSB/VOSB respondents. If respondent is a SDVOSB or VOSB, respondent is encouraged to provide proof of https://veterans.certify.sba.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR clause 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Furthermore SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Please provide the information below: Company Name: UEI Number: Address: Point of Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date NASA SEWP Contract Holder Yes No NASA SEWP Contract Number Effective Date / Expiration Date Statement of Work 1. Background. The National Healthcare Technology Management (HTM) Patient Safety Workgroup is requesting the Southern Arizona VA Health Care System (SAVAHCS) obtain a 120/100 Vac Power PCBA part for each affected Neptune Rover at our facility. This is a result of a Medical Device Recall, that our site must comply with. Without this part replacement, there is a potential for a thermal event to occur (visible smoke) if the current board receives too much current. The Neptune Rover is a fluid waste management and smoke evacuation system utilized in our Operating Rooms during procedures. This system must be fully operational and safe for Veteran care. 4. Scope. The scope of this award includes equipment purchase only. 5. Specific Task The medical device recall affects ten (10) Neptune Rover systems at our facility. This system is utilized in our Operating Rooms and must be fully operational and safe for Veteran care. There is no alternative solution for fluid waste management and proper smoke evacuation during procedures. 5.1 Salient Characteristics This package includes the replacement of existing AC Power PCBA with a 120/100 Vac Power PCBA. The existing power board has been deemed unsafe for this equipment. 5.2 Deliverables Vendor to provide the 120/100 Vac Power PCBA part for ten (10) Neptune Rover units. Our facility will obtain the equipment, and the vendor will replace this part during the next Preventive Maintenance visit. Stryker Instruments Part # 700000808926Q. Due to the critical medical nature of the equipment, this is the only acceptable replacement part and OEM source for this use. 6. Performance Monitoring The functionality of this new part will be tested after installation during next vendor Preventive Maintenance visit. 7. Security Requirements N/A 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) N/A 9. Other Pertinent Information or Special Considerations a. Identification of Possible Follow-on Work N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements N/A d. Packaging, Packing and Shipping Instructions Packaging to include all user guides and manufacturer cleaning instructions. e. Inspection and Acceptance Criteria. Equipment must be new and in good working order. 10. Risk Control There are little to no risks associated with this part. This part is needed to replace existing power board which does pose a risk to system operation and patient safety. 11. Place of Performance. Healthcare Technology Management (HTM) at Southern Arizona VA Health Care System, 3601 S 6th Ave Tucson AZ 85723. 12. Period of Performance N/A 13. Delivery Schedule. N/A (End of Statemen of Work)