DEPUY HIP & KNEE IMPLANT
CONSIGNMENT AGREEMENT FOR VISN6
This request for information (RFI) is posted for market research purposes. This is a solicitation for sources interested in a consignment agreement to provide DePuy Hip & Knee implants.
The Department of Veterans Affairs Mid-Atlantic Health Care Network Veterans Integrated Service Network (VISN6) is seeking Contractors that can supply consignment inventory of DePuy Hip & Knee implants, in various styles, sizes, and diameters for clinicians providing medical care throughout the VISN 6 Medical Centers. VA attending physicians have the responsibility for determining which products to use and which will best meet the individual patient's medical needs.
VISN6 intends to award an IDC Consignment Agreement to fulfill this requirement.
SPECIFICATIONS
Any subsequent solicitation will include (but is not limited to) the following requirements:
The base contract period for this consignment agreement will be for one year, with four unilateral one-year option periods that may be exercised by the individual medical centers providing this care in VISN 6. The effective date of the consignment shall be 30 days (or sooner upon mutual agreement) after the date of award
Contractor will coordinate with medical center Point of Contact (POC s) and have the requested items stocked at the medical facility. Delivery of products shall be made to the individual VAMCs, at no cost to the Government.
The Government is obligated only to the extent if and when use of the item is made by the Government; except as provided otherwise. Unused (unopened and undamaged) items shall be returned to the Contractor at the end of the effective period of the agreement, without reimbursement or other expense to the Government
The term Products as used herein shall mean all medical devices (see list), which are owned by THE CONTRACTOR but located on Customer s premises (or within customer s control). Each Medical Center is responsible for storing the product to use as indicated by the product s labeling. Once used, the Medical Center orders a replacement, and is invoiced at the agreed upon price for the replacement product.
NOTE: The individual Medical Centers will have the responsibility for determining the product(s) that will be utilized from the entire product line. If a Medical Center determines that a patient s circumstance warrants use of a product that is unavailable from the Contractor product line, the Medical Center will be free to use another contract or if needed, a non-contract source to meet the particular need.
The contractor will be required to provide a quarterly report of sales by line item, no later than 15 calendar days after the end of each calendar quarter ending March, June, September and December. The report shall include, but not be limited to, name of the VAMC where implantation is performed, date of implantation, description of item sold, model and serial number of the implanted items, price of each item. Reports shall be sent electronically to the designated Contracting Officer Representative (COR) responsible for the Consignment Agreement.
Each medical center decides which products best meet the needs of the facility taking into account the contractor s ability to provide service and the physician s medical determination as to which products will best meet the needs of his/her patients. Upon selection of contractor(s), the medical center will provide written notice of its intent to use the contract and its requirements. Medical centers may change contractors at any time or use more than one contractor. All changes must be approved by the Contracting Officer.
The contractors shall provide an efficient delivery system for the use of a Consignment Agreement . The delivery system is to meet the needs of medical centers that perform occasional procedures and/or the needs of those that perform significant number of implant procedures. After award, the Medical Centers will inform the contractor of the chosen method of delivery. Normal delivery will be within two (2) business days. In emergency situations, the contractor must be capable of delivering within a few hours on the same day as per the facility s needs and instructions. The Government will pay the difference between Normal and Urgent/Emergency freight charges. The implants shall arrive pre-sterilized. Orders must be received and delivered seven days per week in these situations. All intraocular lenses delivered to VAMC s shall be accompanied by a complete inventory listing to include lot numbers and expiration dates.
The contractor shall deliver the product pre-sterilized. When required, the POC, or his or her designate, will call up a contractor s field representative and inform him or her of the requirement for an emergency shipment to replace a shortage of supplies under consignment.
The title of all products furnished under this agreement shall remain with the Contractor until such time as said item(s) are used by the Government.
A typical acceptable initial inventory will include varying levels of inventory of different types of implants depending on the needs of the individual facility. Initial consignment inventory shall be placed in the medical center within 15 calendar days after receipt of the fully executed Agreement. Inventory will be placed in a location designated by the individual Medical Centers Staff. The Medical Centers will provide adequate space/shelving for the consignment items.
At no time shall the number of products VHA holds on consignment fall below the minimum quantity specified without the concurrence of the COR. If it is discovered that the stock quantities fall below the agreed minimum stock level, the Contractor must replenish the stock level with like quantities of items within 48 hours at no additional expense to the Government.
Customer shall order replenishment product(s) through Contractor s Customer Service Department or designated Contractor Representative by providing a purchase/delivery order number after each procedure. This purchase order will authorize payment for the used product(s) and will also authorize delivery of the replacement product(s). Purchase/delivery order will include model, size, and serial number, for the item and quantities needed. All replacement product(s) shall be delivered within forty-eight (48) hours from receipt of purchase order. Replacements will be shipped/delivered FOB Destination at no additional charge to the Government. The contractor shall replace, at no charge, any item(s) that are handled but not implanted. Vendor shall provide maintenance and redundancy (more that one of a particular item) so that there is a fail safe mechanism if primary set taken out of consignment is faulty. VHA will withdraw products from the consignment stock on a first-in first-out basis. The Contractor shall reference the PO number on the invoice and delivery ticket for the replaced products. Payment for items furnished under the agreement is applicable only when such items are used (implanted) or the package is opened by VHA. Contractor agrees to accept the VA Purchase Card as the preferred method of payment for opened and damaged products.
All consignment inventories will be coordinated with the facilities POC and/or Contracting Officer s Representative (COR). The designated POC assigned to the VHA facility consignment location will periodically (no less than once per quarter) conduct a physical inventory of the consignment inventory with the contractor representative, and the results shall be detailed in a report to the COR.
Contractor will remove or replace inventory as necessary. Individual Medical Centers may request that inventory having less than 60 days sterility/expiration date be removed and replaced within 48 hours of notification by the COR or Medical Center POC. A list of all products will be provided to the Contracting Officer and Service point of contact overseeing the agreement. These services will be completed at no cost to the Government. The VA is not liable for devices that are allowed to expire.
Defective or expired products will be replaced by Contractor at no charge to the Government, unless the Government has misused, mishandled or caused damage or lost the product. There will be no re-stocking fees of any kind assessed upon the VISN 6-Medical Centers. If an item is opened and is damaged or defective by the Contractor, then it shall be replaced by the Contractor at no charge to the Government. Defective stents or expired stents will be replaced by Contractor at no charge to the Government.
The Government assumes no liability for any items assigned on a consignment basis to the VA Medical Center until such time as a requirement for the item exists and a purchase (delivery) order is placed against this contract. An exception to contractor liability is loss or damage of any item by VA.
The contractor shall replace, at no additional charge, any item(s) that are damaged in shipment. The Contractor shall replace any items that are handled but not implanted. Contractors shall pick-up or have handled items shipped back to the contractor at no expense to the Government.
Upon expiration/termination of the agreement, VHA will reconcile all consignment stock units. The Contractor will remove all unused items at the end of the effective period of the agreement without reimbursement or other expense to the Government.
The Contractor agrees that it shall establish and maintain a separate account for all products pursuant to this Agreement.
Contractor shall evaluate each Medical Center s actual usage and purchase volumes vs. the expected volume noted on this agreement on a quarterly basis and review the results with Medical Center representatives. After such review the Contractor reserves the right to request return of any unused products.
Until such a time a requirement exists and a delivery order is placed against the agreement, the Government will safeguard all products consigned to it. The Government agrees that it shall be responsible for the following. To cover all incidental operating expenses for the safekeeping of the products. To furnish proper storage and security for all item(s) supplied hereunder at no cost to the Contractor.
The Contractor will assign a representative to the facility to initiate and oversee the consignment inventory. At the time of the award, technical support will be available twenty four (24) hours a day for patient follow up, in-service training, and consultation on technical issues. Contractor must return telephone calls for assistance from VAMC within 15 minutes of VAMC's telephone call to the contractor. For emergency procedures, if the awarded contractors cannot supply qualified personnel within 45 minutes, medical centers may order from any supplier. At the beginning of the award period (or two weeks prior to the contract effective date) the vendor must provide: names of the representatives covering each VAMC and their direct contact information. If the vendor fails to provide the above information or the needed support the contract may be terminated. Upon award, contractor shall inform POCs of appropriate contacts and provide phone numbers.
Contractor shall provide on-site, in-service training to VA personnel that are provided to commercial customers. The Contractor will be responsible to ensure that Contractor employees providing work on this contract are fully trained and completely competent to perform the required work.
At the time of the award of the agreement, the contractor will not have any outstanding actions from the FDA or other regulatory agencies or unresolved FDA warning letters on the manufacturing processes or quality control issues involving the products covered by this agreement. VA will require proof from the vendors that the FDA issues have been resolved. A letter to the contractor from the regulatory agency will meet this requirement. The Contractor must include the letters to the Contracting Officer prior to award of this agreement. Contractors that have no outstanding issues must provide a negative response to this requirement.
The Contractor shall immediately notify each of the Medical Centers, POC and contracting Officers Representative in the event of a product recall, removal, required adjustment, or required modification that is suggested or mandated by the Contractor, distributor, manufacturer, or any regulatory or official agency. The information that shall be included in this notification includes: A complete item description, identification. (to include serial number and/or lot number)Administrative identification data including contract number, order numbers, and order date. Reasons for recall, removal, adjustment, or modification. Instructions for appropriate corrective action.
All implants offered shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components which are announced for marketing purposes, available, maintained and supported in accordance with requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable.
The contractor will provide to the contracting officer the following information:
A list of awarded items
Product literature for the new items and a detailed description of the differences between the awarded items and the new items, and a specific analysis of the comparative advantages/ disadvantages of the items involved.
All new products that replace awarded items and released to the market during the term of the agreement will be made available to the government at a discount price. If pricing for new products is unacceptable, medical centers will continue to use current products on contract and contractor will be required to continue to supply the contracted item.
If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) indicates 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) 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.
(6) 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?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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.
Any questions regarding this RFI should be directed to:
John Harmsen
757 315 3978
[email protected]
Description
Catalog #
Qty. on Hand
PINN CAN BONE SCREW 6.5MMX15MM
121715500
3
PINN CAN BONE SCREW 6.5MMX20MM
121720500
3
PINN CAN BONE SCREW 6.5MMX25MM
121725500
3
PINN MULTIHOLE W/GRIPTION 48MM
121730048
1
PINN MULTIHOLE W/GRIPTION 50MM
121730050
1
PINN MULTIHOLE W/GRIPTION 52MM
121730052
1
PINN MULTIHOLE W/GRIPTION 54MM
121730054
1
PINN MULTIHOLE W/GRIPTION 56MM
121730056
1
PINN MULTIHOLE W/GRIPTION 58MM
121730058
1
PINN MULTIHOLE W/GRIPTION 60MM
121730060
1
PINN MULTIHOLE W/GRIPTION 62MM
121730062
1
PINN MULTIHOLE W/GRIPTION 64MM
121730064
1
PINN MULTIHOLE W/GRIPTION 66MM
121730066
1
PINN CAN BONE SCREW 6.5MMX30MM
121730500
3
PINN SECTOR W/GRIPTION 48MM
121732048
1
PINN SECTOR W/GRIPTION 50MM
121732050
1
PINN SECTOR W/GRIPTION 52MM
121732052
1
PINN SECTOR W/GRIPTION 54MM
121732054
1
PINN SECTOR W/GRIPTION 56MM
121732056
1
PINN SECTOR W/GRIPTION 58MM
121732058
1
PINN SECTOR W/GRIPTION 60MM
121732060
1
PINN SECTOR W/GRIPTION 62MM
121732062
1
PINN SECTOR W/GRIPTION 64MM
121732064
1
PINN SECTOR W/GRIPTION 66MM
121732066
1
PINN CAN BONE SCREW 6.5MMX35MM
121735500
3
PINN CAN BONE SCREW 6.5MMX40MM
121740500
3
PINN CAN BONE SCREW 6.5MMX45MM
121745500
3
PINN CAN BONE SCREW 6.5MMX50MM
121750500
3
PINN CAN BONE SCREW 6.5MMX55MM
121755500
3
ALTRX NEUT 32IDX 48OD
122132048
2
ALTRX NEUT 32IDX 50OD
122132050
2
ALTRX NEUT 32IDX 52OD
122132052
2
ALTRX NEUT 32IDX 54OD
122132054
2
ALTRX NEUT 32IDX 56OD
122132056
2
ALTRX NEUT 32IDX 58OD
122132058
2
ALTRX NEUT 36IDX52OD
122136052
2
ALTRX NEUT 36IDX54OD
122136054
2
ALTRX NEUT 36IDX56OD
122136056
2
ALTRX NEUT 36IDX58OD
122136058
2
ALTRX NEUT 36IDX60OD
122136060
2
ALTRX NEUT 36IDX62OD
122136062
2
ALTRX NEUT 36IDX64OD
122136064
2
ALTRX NEUT 36IDX66OD
122136066
2
APEX HOLE ELIMINATOR
124603000
1
ARTICUL/EZE BALL 28 +1.5 GR
136511500
1
ARTICUL/EZE BALL 28 +5 BR
136512500
1
ARTICUL/EZE BALL 28 +8.5 BL
136513500
1
DELTA CER HEAD 12/14 32MM +1
136532310
1
DELTA CER HEAD 12/14 32MM +5
136532320
1
DELTA CER HEAD 12/14 32MM +9
136532330
1
DELTA CER HEAD 12/14 36MM +1.5
136536310
1
DELTA CER HEAD 12/14 36MM +5
136536320
1
DELTA CER HEAD 12/14 36MM +8.5
136536330
1
DELTA CER HEAD 12/14 36MM +12
136536340
1
ARTICULEZE M HEAD 36MM -2
136550000
1
ARTICULEZE M HEAD 36MM +1.5
136551000
1
ARTICULEZE M HEAD 36MM +5
136552000
1
ARTICULEZE M HEAD 36MM +8.5
136553000
1
ARTICULEZE M HEAD 36MM +12
136554000
1
ARTICULEZE M HEAD 36MM +15.5
136555000
1
ATTUNE CR FEM LT SZ 3 CEM
150400103
1
ATTUNE CR FEM LT SZ 4 CEM
150400104
2
ATTUNE CR FEM LT SZ 5 CEM
150400105
2
ATTUNE CR FEM LT SZ 6 CEM
150400106
2
ATTUNE CR FEM LT SZ 7 CEM
150400107
2
ATTUNE CR FEM LT SZ 8 CEM
150400108
2
ATTUNE CR FEM LT SZ 9 CEM
150400109
1
ATTUNE CR FEM LT SZ 10 CEM
150400110
1
ATTUNE CR FEM LT SZ 3 NAR CEM
150400123
1
ATTUNE CR FEM LT SZ 4 NAR CEM
150400124
2
ATTUNE CR FEM LT SZ 5 NAR CEM
150400125
2
ATTUNE CR FEM LT SZ 6 NAR CEM
150400126
2
ATTUNE CR FEM RT SZ 3 CEM
150400203
1
ATTUNE CR FEM RT SZ 4 CEM
150400204
2
ATTUNE CR FEM RT SZ 5 CEM
150400205
2
ATTUNE CR FEM RT SZ 6 CEM
150400206
2
ATTUNE CR FEM RT SZ 7 CEM
150400207
2
ATTUNE CR FEM RT SZ 8 CEM
150400208
2
ATTUNE CR FEM RT SZ 9 CEM
150400209
1
ATTUNE CR FEM RT SZ 10 CEM
150400210
1
ATTUNE CR FEM RT SZ 3 NAR CEM
150400223
1
ATTUNE CR FEM RT SZ 4 NAR CEM
150400224
2
ATTUNE CR FEM RT SZ 5 NAR CEM
150400225
2
ATTUNE CR FEM RT SZ 6 NAR CEM
150400226
2
ATTUNE PS FEM LT SZ 3 CEM
150410103
1
ATTUNE PS FEM LT SZ 4 CEM
150410104
1
ATTUNE PS FEM LT SZ 5 CEM
150410105
1
ATTUNE PS FEM LT SZ 6 CEM
150410106
1
ATTUNE PS FEM LT SZ 7 CEM
150410107
1
ATTUNE PS FEM LT SZ 8 CEM
150410108
1
ATTUNE PS FEM LT SZ 9 CEM
150410109
1
ATTUNE PS FEM LT SZ 10 CEM
150410110
1
ATTUNE PS FEM LT SZ 3 NAR CEM
150410123
1
ATTUNE PS FEM LT SZ 4 NAR CEM
150410124
1
ATTUNE PS FEM LT SZ 5 NAR CEM
150410125
1
ATTUNE PS FEM LT SZ 6 NAR CEM
150410126
1
ATTUNE PS FEM RT SZ 3 CEM
150410203
1
ATTUNE PS FEM RT SZ 4 CEM
150410204
1
ATTUNE PS FEM RT SZ 5 CEM
150410205
1
ATTUNE PS FEM RT SZ 6 CEM
150410206
1
ATTUNE PS FEM RT SZ 7 CEM
150410207
1
ATTUNE PS FEM RT SZ 8 CEM
150410208
1
ATTUNE PS FEM RT SZ 9 CEM
150410209
1
ATTUNE PS FEM RT SZ 10 CEM
150410210
1
ATTUNE PS FEM RT SZ 3 NAR CEM
150410223
1
ATTUNE PS FEM RT SZ 4 NAR CEM
150410224
1
ATTUNE PS FEM RT SZ 5 NAR CEM
150410225
1
ATTUNE PS FEM RT SZ 6 NAR CEM
150410226
1
ATTUNE FB TIB BASE SZ 3 CEM
150600003
2
ATTUNE FB TIB BASE SZ 4 CEM
150600004
2
ATTUNE FB TIB BASE SZ 5 CEM
150600005
2
ATTUNE FB TIB BASE SZ 6 CEM
150600006
2
ATTUNE FB TIB BASE SZ 7 CEM
150600007
2
ATTUNE FB TIB BASE SZ 8 CEM
150600008
2
ATTUNE FB TIB BASE SZ 9 CEM
150600009
2
ATTUNE FB TIB BASE SZ 10 CEM
150600010
2
ATTUNE CR FB INSERT SZ 3 5MM
151620305
2
ATTUNE CR FB INSERT SZ 3 6MM
151620306
2
ATTUNE CR FB INSERT SZ 3 7MM
151620307
2
ATTUNE CR FB INSERT SZ 3 8MM
151620308
2
ATTUNE CR FB INSERT SZ 3 10MM
151620310
2
ATTUNE CR FB INSERT SZ 3 12MM
151620312
1
ATTUNE CR FB INSERT SZ 3 14MM
151620314
1
ATTUNE CR FB INSERT SZ 3 16MM
151620316
1
ATTUNE CR FB INSERT SZ 4 5MM
151620405
2
ATTUNE CR FB INSERT SZ 4 6MM
151620406
2
ATTUNE CR FB INSERT SZ 4 7MM
151620407
2
ATTUNE CR FB INSERT SZ 4 8MM
151620408
2
ATTUNE CR FB INSERT SZ 4 10MM
151620410
2
ATTUNE CR FB INSERT SZ 4 12MM
151620412
1
ATTUNE CR FB INSERT SZ 4 14MM
151620414
1
ATTUNE CR FB INSERT SZ 4 16MM
151620416
1
ATTUNE CR FB INSERT SZ 5 5MM
151620505
2
ATTUNE CR FB INSERT SZ 5 6MM
151620506
2
ATTUNE CR FB INSERT SZ 5 7MM
151620507
2
ATTUNE CR FB INSERT SZ 5 8MM
151620508
2
ATTUNE CR FB INSERT SZ 5 10MM
151620510
2
ATTUNE CR FB INSERT SZ 5 12MM
151620512
1
ATTUNE CR FB INSERT SZ 5 14MM
151620514
1
ATTUNE CR FB INSERT SZ 5 16MM
151620516
1
ATTUNE CR FB INSERT SZ 6 5MM
151620605
2
ATTUNE CR FB INSERT SZ 6 6MM
151620606
2
ATTUNE CR FB INSERT SZ 6 7MM
151620607
2
ATTUNE CR FB INSERT SZ 6 8MM
151620608
2
ATTUNE CR FB INSERT SZ 6 10MM
151620610
2
ATTUNE CR FB INSERT SZ 6 12MM
151620612
1
ATTUNE CR FB INSERT SZ 6 14MM
151620614
1
ATTUNE CR FB INSERT SZ 6 16MM
151620616
1
ATTUNE CR FB INSERT SZ 7 5MM
151620705
2
ATTUNE CR FB INSERT SZ 7 6MM
151620706
2
ATTUNE CR FB INSERT SZ 7 7MM
151620707
2
ATTUNE CR FB INSERT SZ 7 8MM
151620708
2
ATTUNE CR FB INSERT SZ 7 10MM
151620710
2
ATTUNE CR FB INSERT SZ 7 12MM
151620712
1
ATTUNE CR FB INSERT SZ 7 14MM
151620714
1
ATTUNE CR FB INSERT SZ 7 16MM
151620716
1
ATTUNE CR FB INSERT SZ 8 5MM
151620805
2
ATTUNE CR FB INSERT SZ 8 6MM
151620806
2
ATTUNE CR FB INSERT SZ 8 7MM
151620807
2
ATTUNE CR FB INSERT SZ 8 8MM
151620808
2
ATTUNE CR FB INSERT SZ 8 10MM
151620810
2
ATTUNE CR FB INSERT SZ 8 12MM
151620812
1
ATTUNE CR FB INSERT SZ 8 14MM
151620814
1
ATTUNE CR FB INSERT SZ 8 16MM
151620816
1
ATTUNE CR FB INSERT SZ 9 5MM
151620905
1
ATTUNE CR FB INSERT SZ 9 6MM
151620906
1
ATTUNE CR FB INSERT SZ 9 7MM
151620907
1
ATTUNE CR FB INSERT SZ 9 8MM
151620908
1
ATTUNE CR FB INSERT SZ 9 10MM
151620910
1
ATTUNE CR FB INSERT SZ 8 12MM
151620912
1
ATTUNE CR FB INSERT SZ 9 14MM
151620914
1
ATTUNE CR FB INSERT SZ 9 16MM
151620916
1
ATTUNE CR FB INSERT SZ 10 5MM
151621005
1
ATTUNE CR FB INSERT SZ 10 6MM
151621006
1
ATTUNE CR FB INSERT SZ 10 7MM
151621007
1
ATTUNE CR FB INSERT SZ 10 8MM
151621008
1
ATTUNE CR FB INSERT SZ 10 10MM
151621010
1
ATTUNE CR FB INSERT SZ 10 12MM
151621012
1
ATTUNE CR FB INSERT SZ 10 14MM
151621014
1
ATTUNE CR FB INSERT SZ 10 16MM
151621016
1
ATTUNE PS FB INSRT SZ 3 5MM
151640305
2
ATTUNE PS FB INSRT SZ 3 6MM
151640306
2
ATTUNE PS FB INSRT SZ 3 7MM
151640307
2
ATTUNE PS FB INSRT SZ 3 8MM
151640308
2
ATTUNE PS FB INSRT SZ 3 10MM
151640310
2
ATTUNE PS FB INSRT SZ 3 12MM
151640312
1
ATTUNE PS FB INSRT SZ 3 14MM
151640314
1
ATTUNE PS FB INSRT SZ 3 16MM
151640316
1
ATTUNE PS FB INSRT SZ 3 18MM
151640318
1
ATTUNE PS FB INSRT SZ 4 5MM
151640405
2
ATTUNE PS FB INSRT SZ 4 6MM
151640406
2
ATTUNE PS FB INSRT SZ 4 7MM
151640407
2
ATTUNE PS FB INSRT SZ 4 8MM
151640408
2
ATTUNE PS FB INSRT SZ 4 10MM
151640410
2
ATTUNE PS FB INSRT SZ 4 12MM
151640412
1
ATTUNE PS FB INSRT SZ 4 14MM
151640414
1
ATTUNE PS FB INSRT SZ 4 16MM
151640416
1
ATTUNE PS FB INSRT SZ 4 18MM
151640418
1
ATTUNE PS FB INSRT SZ 4 20MM
151640420
1
ATTUNE PS FB INSRT SZ 5 5MM
151640505
2
ATTUNE PS FB INSRT SZ 5 6MM
151640506
2
ATTUNE PS FB INSRT SZ 5 7MM
151640507
2
ATTUNE PS FB INSRT SZ 5 8MM
151640508
2
ATTUNE PS FB INSRT SZ 5 10MM
151640510
2
ATTUNE PS FB INSRT SZ 5 12MM
151640512
1
ATTUNE PS FB INSRT SZ 5 14MM
151640514
1
ATTUNE PS FB INSRT SZ 5 16MM
151640516
1
ATTUNE PS FB INSRT SZ 5 18MM
151640518
1
ATTUNE PS FB INSRT SZ 5 20MM
151640520
1
ATTUNE PS FB INSRT SZ 6 5MM
151640605
2
ATTUNE PS FB INSRT SZ 6 6MM
151640606
2
ATTUNE PS FB INSRT SZ 6 7MM
151640607
2
ATTUNE PS FB INSRT SZ 6 8MM
151640608
2
ATTUNE PS FB INSRT SZ 6 10MM
151640610
2
ATTUNE PS FB INSRT SZ 6 12MM
151640612
1
ATTUNE PS FB INSRT SZ 6 14MM
151640614
1
ATTUNE PS FB INSRT SZ 6 16MM
151640616
1
ATTUNE PS FB INSRT SZ 6 18MM
151640618
1
ATTUNE PS FB INSRT SZ 6 20MM
151640620
1
ATTUNE PS FB INSRT SZ 7 5MM
151640705
2
ATTUNE PS FB INSRT SZ 7 6MM
151640706
2
ATTUNE PS FB INSRT SZ 7 7MM
151640707
2
ATTUNE PS FB INSRT SZ 7 8MM
151640708
2
ATTUNE PS FB INSRT SZ 7 10MM
151640710
2
ATTUNE PS FB INSRT SZ 7 12MM
151640712
1
ATTUNE PS FB INSRT SZ 7 14MM
151640714
1
ATTUNE PS FB INSRT SZ 7 16MM
151640716
1
ATTUNE PS FB INSRT SZ 7 18MM
151640718
1
ATTUNE PS FB INSRT SZ 7 20MM
151640720
1
ATTUNE PS FB INSRT SZ 8 5MM
151640805
2
ATTUNE PS FB INSRT SZ 8 6MM
151640806
2
ATTUNE PS FB INSRT SZ 8 7MM
151640807
2
ATTUNE PS FB INSRT SZ 8 8MM
151640808
2
ATTUNE PS FB INSRT SZ 8 10MM
151640810
2
ATTUNE PS FB INSRT SZ 8 12MM
151640812
1
ATTUNE PS FB INSRT SZ 8 14MM
151640814
1
ATTUNE PS FB INSRT SZ 8 16MM
151640816
1
ATTUNE PS FB INSRT SZ 8 18MM
151640818
1
ATTUNE PS FB INSRT SZ 8 20MM
151640820
1
ATTUNE PS FB INSRT SZ 9 5MM
151640905
1
ATTUNE PS FB INSRT SZ 9 6MM
151640906
1
ATTUNE PS FB INSRT SZ 9 7MM
151640907
1
ATTUNE PS FB INSRT SZ 9 8MM
151640908
1
ATTUNE PS FB INSRT SZ 9 10MM
151640910
1
ATTUNE PS FB INSRT SZ 9 12MM
151640912
1
ATTUNE PS FB INSRT SZ 9 14MM
151640914
1
ATTUNE PS FB INSRT SZ 9 16MM
151640916
1
ATTUNE PS FB INSRT SZ 9 18MM
151640918
1
ATTUNE PS FB INSRT SZ 9 20MM
151640920
1
ATTUNE PS FB INSRT SZ 10 5MM
151641005
1
ATTUNE PS FB INSRT SZ 10 6MM
151641006
1
ATTUNE PS FB INSRT SZ 10 7MM
151641007
1
ATTUNE PS FB INSRT SZ 10 8MM
151641008
1
ATTUNE PS FB INSRT SZ 10 10MM
151641010
1
ATTUNE PS FB INSRT SZ 10 12MM
151641012
1
ATTUNE PS FB INSRT SZ 10 14MM
151641014
1
ATTUNE PS FB INSRT SZ 10 16MM
151641016
1
ATTUNE PS FB INSRT SZ 10 18MM
151641018
1
ATTUNE PS FB INSRT SZ 10 20MM
151641020
1
ATTUNE MEDIAL DOME PAT 29MM
151820029
2
ATTUNE MEDIAL DOME PAT 32MM
151820032
2
ATTUNE MEDIAL DOME PAT 35MM
151820035
2
ATTUNE MEDIAL DOME PAT 38MM
151820038
2
ATTUNE MEDIAL DOME PAT 41MM
151820041
2
SUMMIT DUOFIX SZ 1 STD
157002070
1
SUMMIT DUOFIX SZ 2 STD
157002080
1
SUMMIT DUOFIX SZ 3 STD
157002090
1
SUMMIT DUOFIX SZ 4 STD
157002100
1
SUMMIT DUOFIX SZ 5 STD
157002110
1
SUMMIT DUOFIX SZ 6 STD
157002120
1
SUMMIT DUOFIX SZ 7 STD
157002135
1
SUMMIT DUOFIX SZ 8 STD
157002150
1
SUMMIT DUOFIX SZ 9 STD
157002165
1
SUMMIT DUOFIX SZ 10 STD
157002180
1
SUMMIT DUOFIX SZ 1 HI
157012070
1
SUMMIT DUOFIX SZ 2 HI
157012080
1
SUMMIT DUOFIX SZ 3 HI
157012090
1
SUMMIT DUOFIX SZ 4 HI
157012100
1
SUMMIT DUOFIX SZ 5 HI
157012110
1
SUMMIT DUOFIX SZ 6 HI
157012120
1
SUMMIT DUOFIX SZ 7 HI
157012135
1
SUMMIT DUOFIX SZ 8 HI
157012150
1
SUMMIT DUOFIX SZ 9 HI
157012165
1
SUMMIT DUOFIX SZ 10 HI
157012180
1
PFC SIGMA OV DOME PAT 3 PEG 32
158196100
1
PFC SIGMA OV DOME PAT 3 PEG 35
158196101
1
PFC SIGMA OV DOME PAT 3 PEG 38
158196102
1
PFC SIGMA OV DOME PAT 3 PEG 41
158196103
1
ATTUNE SOLO PINNING SYSTEM
254400111
1
HP STRL QUICK DRL PINS
950502300
6
HP STRL THREADED PINS HEADED
950502303
5
Bid Protests Not Available