6515--CUSTOM SURGICAL PACKS

expired opportunity(Expired)
From: Federal Government(Federal)
36C26224Q0723

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
36C26224Q0723

Identifier

36C26224Q0723
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. UEI: EFT: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE
ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. 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. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. NOV 2021) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 64 36C26224Q0723 03-14-2024 Doan, Anette 562-766-2000 03-29-2024 12PM PDT 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 100 X 339112 1000 Employees N/A X 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center 1866-372-7141 See CONTINUATION Page PLEASE ENSURE THE FOLLOWING INFORMATION IS REFERENCED ITEM SCHEDULE, SALIENT CHARACTERISTICS, AND ALL CLAUSES VENDORS SHALL SHOW CLEAR, COMPELLING, AND CONVINCING EVIDENCE THAT ALL EQUAL TO ITEMS MEET ALL REQUIRED SALIENT CHARACTERISTICS IAW FAR 52.211-6 BRAND NAME OR EQUAL. AFTER RECEIPT OF ORDER (ARO): 30 CALENDAR DAYS THIS IS A TOTAL SDVOSB SET-ASIDE SOLICITATION QUOTES MUST BE SUBMITTED VIA EMAIL TO ANETTE.DOAN@VA.GOV QUOTES MUST BE VALID FOR AT LEAST 60 DAYS ALL QUESTIONS MUST BE RECEIVED BY 12:00PM PDT ON MARCH 21, 2024. OFFERS TO THIS SOLICITATION SHALL BE E-MAILED NO LATER THAN 12:00 PM PDT ON MARCH 29, 2024. See CONTINUATION Page X X X X Ruiz, Daniel 36C26224Q0723 Page 1 of 64 Page 2 of 55 Page 1 of 64 Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 4 B.1 CONTRACT ADMINISTRATION DATA 4 B.2 STATEMENT OF WORK 5 B.3 PRICE/COST SCHEDULE 10 ITEM INFORMATION 10 B.4 DELIVERY SCHEDULE 11 SECTION C - CONTRACT CLAUSES 12 C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) 12 C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2021) 17 C.3 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION. 24 C.4 52.216-18 ORDERING (AUG 2020) 25 C.5 52.216-19 ORDER LIMITATIONS (OCT 1995) 26 C.6 52.216-22 INDEFINITE QUANTITY (OCT 1995) 26 C.7 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 27 C.8 52.219-13 NOTICE OF SET-ASIDE OF ORDERS (MAR 2020) 27 C.9 52.219-14 LIMITATIONS ON SUBCONTRACTING (OCT 2022) 27 C.10 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (OCT 2022) 29 C.11 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 30 C.12 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 32 C.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) 32 C.14 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 34 C.15 VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) 34 C.16 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 37 C.17 VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018) 38 C.18 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 38 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 39 SECTION E - SOLICITATION PROVISIONS 40 E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 40 E.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 45 E.3 52.216-1 TYPE OF CONTRACT (APR 1984) 46 E.4 52.233-2 SERVICE OF PROTEST (SEP 2006) 46 E.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 47 E.6 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 47 E.7 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION) 48 Page 3 of 64 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: TBD b. GOVERNMENT: Contracting Specialist, Anette Doan Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Upon Delivery and Acceptance TYPE OF CONTRACT: This is a firm fixed price indefinite-quantity indefinite-delivery (ID-IQ) contract for the purchase of supplies specified and effective for the period stated in the Schedule. The quantities of items and services specified in the Price schedule are estimates only and are not purchased by this contract. ORDERING: Any supplies to be furnished under this contract shall be ordered by issuance of task orders by the Contracting Officer. Such task orders may be issued orally, telephonically, facsimile, or via e-mail. The Task order will be documented using SF1449 form and shall specify the pertaining CLIN to be provided during the Task order s period of performance. B.2 STATEMENT OF WORK Scope: Custom surgical packs are tailored to specific needs of Clinical and Logistical staff to improve patient care, improve utilization, and reduce waste. Tibor Rubin needs a constant supply of surgical packs with no interruption of source for scheduled procedures in the Operating Room, Interventional Radiology, and Cardiac Catheterization Lab. The Custom Sterile Procedure Pack Program will include pack assembly/manufacture, sterilization, quality assurance, and packaging, contractor electronic communication ordering reporting, and delivery. Orders will be made for the custom trays as identified in Contract/Solicitation. Due to the complexity and customization of this product, custom surgical packs take about 16-24 weeks to produce, sterilize, and deliver. The Contractor shall provide all labor, materials, transportation, equipment, and supervision, in compliance with federal, state and local regulations, to provide a Custom Sterile Procedure Pack program for the Tibor Rubin VA Medical Center Station 600 Long Beach. Period of Agreement: Unless otherwise specified, this contract will be for the period of the installation and VA acceptance of the system period of performance April 5, 2024, through April 4, 2025. Services to be Provided: The services provided will be a firm-fixed price, purchase order to selected vendor, to deliver Custom Surgical Packs on an as needed basis. The custom surgical packs must be delivered within 1 business day of request. All custom packs stored at a local warehouse with less than a 2-hour drive time from VA. This contract will ensure continued uninterrupted supply of our current surgical packs to perform surgery. The Vendor is required to provide the exact components in the bill of materials within each requested pack. Vendor must be able to support the following packs in the Item Information section. Ordering: Orders will be made in accordance with the Ordering Procedures found in paragraph IV of this Statement of Work. Ordering Procedures: Requests for delivery shall be issued by facsimile or electronic commerce. methods, and only by the VA facility Points of Contact, for the Series outlined in the schedule of items identified in the awarded contract. b) Requests for delivery shall contain at a minimum the following information: Date of order. Description, Quantity, Unit Price, and Total Amount. Delivery or Schedule; and Place of Delivery Upon receiving a request for delivery from the Facility POC, the Contractor shall deliver within two (2) calendar days for standard deliveries and within twenty-four (24) hours for emergency deliveries, unless otherwise stated in the delivery order. Production and Supply: The Government requires the Contractor to undertake production of such quantities of the product as are necessary to reasonably assure the Government of an uninterrupted supply of the product based upon an anticipated monthly usage. The Contractor shall complete component pack changes within thirty (30) days. Due to the possible need for changes, the Government shall be obligated to only a thirty (30) day supply of packs manufactured at the time of the change acceptance and not exceeding the current fiscal obligation time period. In the event the Government terminates the contract, the Government will not be held responsible to procure the additional inventory. In the event of component changes in any pack, the Government agrees to purchase up to a maximum thirty (30) day usage of the current pack composition before the new pack composition is shipped. The Tibor Rubin VA Medical Center may change individual component parts of the tray/pack after an initial thirty (30) days of usage. Pricing and recommended requested changes will be forwarded to the Contractor by the Facility POC. The Contractor shall be required to consider all component part changes and provide a price estimate of each item to be changed. A Pack Change Worksheet shall be utilized for all pack changes. The change form shall include all of the components, quantity and manufacturer detail for the affected pack, including added items and subtracted items. The format of this form is at the discretion of the contractor, to be approved after award or at time of use. The sales representative (or equivalent) shall supply the Facility POC with the completed change form. With the agreement of the two parties, each shall sign the change form. The arrangement of the component parts in the tray/pack shall be coordinated by both the designees and the Facility POC. This coordination shall be prior to production by the Contractor. Substitutions of items shall not be made without prior approval, in writing, to the Facility POC and approved by the Contracting Officer via contract modification. If for any reason the Contractor is unable to deliver the agreed upon packs, the contractor will provide (12) hour notice to the Facility POC. The contractor will find an alternative source and initiate a backup plan. Delivery Requirements: Station 600-Tibor Rubin VA Medical Center, Long Beach 5901 East Seventh Street, Long Beach, CA 90822-5201 BLDG 149-WAREHOUSE loading dock Pack deliveries shall be made within two (2) calendar days after receipt of order. The contractor shall maintain, at a minimum, a 97% fill rate for all orders. Fill rates are calculated as described below. The contractor shall furnish fill rate reports quarterly to the contracting officer and the contracting officer shall independently verify the contractor s fill rate based on utilization data. Fill-Rate Calculation. The contractor shall individually calculate the fill rate on a quarterly basis, based only on those packs ordered by the medical center, for which the contractor has been authorized to deliver. The Fill-Rate Level will be calculated as follows: Fill Rate = Packs accepted by the Government / (Total Packs ordered Contractual Exceptions) Packaging: Unless otherwise specified in the statement of work, the product shall be packed in substantial containers of the type, size and kind commonly used within the industry for this purpose. The container(s) will be constructed as to ensure acceptance and safe delivery by common carriers to the point of delivery designated by each facility. Items must be packaged adequately to prevent deterioration and damage during shipping, handling and storage. All packs must be clearly labeled on the outside covering if they contain latex products. However, all products should be totally latex free, except where authorized by the Facility POC. Each pack shall have a label specifying the manufactured date and sterilization date of the pack and the expiration date of any dated products. This label, located inside of each pack, shall also contain an itemized listing of all components, as well as any missing items that were approved to be left out by the Facility POC. Pack contents list must contain item, quantity, and country of origin information. Color coded packs, or some sort of visual cue to distinguish between pack types must be available upon request by the Facility POC at no additional charge. Expiration dating of all custom sterile procedure packs delivered under this program shall have a minimal shelf life of 12 months remaining upon delivery to the Government. Delivery of short-dated products may be approved as situations arise. Each pack shall also have a separate label on the outside of the pack that includes the ordering station number and station specified pack name. All outer shipping packages shall contain the complete contract number and delivery order number in addition to the shipping address. Package content quality is the responsibility of the prime contractor, including items affixed to the outside of the pack (piggyback) and distributed as a part of the pack. Any pack determined to be defective (e.g., contains expired components, sterility has been compromised, etc.), through no fault of the Government, shall be returned to the Contractor at the Contractor s expense. Full credit or replacement shall be made to the Government. Hours of Coverage: All work shall be scheduled during normal work hours - Monday through Friday from 7:00 am to 3:00 pm, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services. Weekend (Saturday or Sunday) work must be approved by the COR that is assigned. After hours (6PM-6AM, Pacific Standard Time (PST) work must be approved by the COR. Invoices: The Contractor shall submit one invoice, monthly, for items delivered during the month, under active delivery orders. https://authentication.tungsten-network.com/login Overtime and National Federal Holiday: In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following National holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays : New Year s Day: January 1 Martin Luther King s Birthday: Third Monday in January President s Day: Third Monday in February Memorial Day: Last Monday in May Juneteenth Independence Day: June 18 Independence Day: July 4 Labor Day: First Monday in September Columbus Day: Second Monday in October Veterans Day: November 11 Thanksgiving Day: Fourth Thursday in November Christmas Day: December 25 Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. When one of the holidays fall on a Sunday, the following Monday will be observed as a National Federal Holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National Federal Holiday. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Parking policy: It is the responsibility of contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not invalidate or make reimbursement for parking violations of contractor's personnel under any circumstances. Smoking policy: Contractor personnel may smoke only in designated areas. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. Ordering activity: Contractor shall not accept any instructions issued by any person other than the CO or COR acting within the limits of his/her authority. Changes to Contract: Only those services specified herein are authorized. Before performing any service of a non-contractual nature, contractor shall advise the CO of the reason(s) for the additional work and/or service. Prior authorization shall be obtained from the CO before performing the services. Complaints: Contractor shall promptly and courteously respond to complaints within 3 working days. Including complaints brought to contractor s attention by the CO. Contractor shall maintain a written record of all complaints, both written and oral showing the identity of the individual, the nature of the complaint, and contractor s response. Contractor shall permit the Government to inspect such records upon reasonable notice. Badges: All contractor personnel shall be required to wear VA always provided identification (I.D.) badges above the waist while on the VA grounds. Contractors shall be required to coordinate with COR to obtain the VA provided I.D. badges for all staff. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referred to federal property. B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 140.00 CS __________________ __________________ ANGIOGRAM CDS PACK #DYNJVB91148 MANUFACTURER PART NUMBER (MPN): DYNJVB91148 0002 220.00 CS __________________ __________________ BASIC NEURO PACK #DYNJVB91149 MANUFACTURER PART NUMBER (MPN): DYNJVB91149 0003 1,260.00 CS __________________ __________________ CATARACT CDS #DYNJVB91139 MANUFACTURER PART NUMBER (MPN): DYNJVB91139 0004 310.00 CS __________________ __________________ CYSTO CDS PACK #DYNJVB91140 MANUFACTURER PART NUMBER (MPN): DYNJVB91140 0005 195.00 CS __________________ __________________ ENT CDS PACK #DYNJVB91150 MANUFACTURER PART NUMBER (MPN): DYNJVB91150 0006 335.00 CS __________________ __________________ EXTREMITY CDS PACK #DYNJVB91142 MANUFACTURER PART NUMBER (MPN): DYNJVB91142 0007 40.00 CS __________________ __________________ IR ANGIOGRAPHY PACK LF #DYNJVB1077B MANUFACTURER PART NUMBER (MPN): DYNJVB1077B 0008 323.00 CS __________________ __________________ IR GENERAL PACK LF #DYNJVB1162B MANUFACTURER PART NUMBER (MPN): DYNJVB1162B 0009 1,050.00 CS __________________ __________________ LAPAROTOMY PACK #DYNJVB91143 MANUFACTURER PART NUMBER (MPN): DYNJVB91143 0010 225.00 CS __________________ __________________ LUMPS & BUMPS PACK #DYNJVB91144 MANUFACTURER PART NUMBER (MPN): DYNJVB91144 0011 163.00 CS __________________ __________________ MINOR CDS PACK #DYNJVB91145 MANUFACTURER PART NUMBER (MPN): DYNJVB91144 0012 110.00 CS __________________ __________________ MINOR VASCULAR CDS PACK #DYNJVB91146 MANUFACTURER PART NUMBER (MPN): DYNJVB91146 0013 275.00 CS __________________ __________________ TOTAL JOINT PACK #DYNJVB91147 MANUFACTURER PART NUMBER (MPN): DYNJVB91147 0014 10.00 CS __________________ __________________ INTUBATION SET PACK #DYNJAA282 MANUFACTURER PART NUMBER (MPN): DYNJAA255 GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 140.00 0002 220.00 0003 1,260.00 0004 310.00 0005 195.00 0006 335.00 0007 40.00 0008 323.00 0009 1,050.00 0010 225.00 0011 163.00 0012 110.00 0013 275.00 0014 10.00 PLEASE SEE RFQ 36C26224Q0723 PDF FOR FULL CLAUSES AND TERMS AND CONDITIONS

335 E. German Rd SUITE 301  Gilbert , AZ 85297  USALocation

Place Of Performance : 335 E. German Rd SUITE 301 Gilbert , AZ 85297 USA

Country : United StatesState : Arizona

You may also like

OR SURGICAL MICROSCOPE

Due: 30 Aug, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PM ON SURGICAL INSTRUMENTS

Due: 14 Jan, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SOUTH TEXAS CUSTOM SURGICAL PACKS

Due: 21 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies