Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOURCES SOUGHT

65 -- Sources Sought Notice for Wound Care Products

Notice Date
3/11/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
VANAC-SSN-031104
 
Response Due
4/2/2004
 
Point of Contact
Point of Contact - Susan Proctor, Contract Specialist, Ph: (708) 786-5182, Fx:(708) 786-5256, Contracting Officer - Susan Proctor, Contract Specialist, Ph:(708) 786-5182, Fx:(708) 786-5256
 
E-Mail Address
Email your questions to Susan Proctor
(susan.proctor@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT SUE PROCTOR AT 708-786-5182 OR SUSAN.PROCTOR@MED.VA.GOV SUBJ: Sources Sought Notice for Wound Care Items This is a Market Survey and Request for Samples to locate potential sources for the standardization of various wound care items. The Department of Veterans Affairs (VA) desires to offer its customers, on a national basis, the best possible products and prices and to offer its contractors more opportunities within the system. The intent of the standardization program is to establish national mandatory sources for wound care items to standardize VA?s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Request for Quotations (RFQs) will be issued at a later date. Potential offerors interested in having their items evaluated for possible inclusion in the standardization process should carefully review the item descriptions listed below. If a company can provide any of these items, SAMPLES OF ALL ITEMS AVAILABLE THAT MEET OR EXCEED THE CRITERIA PROVIDED IN THE PRODUCT DESCRIPTIONS SHOULD BE SUBMITTED AT THIS TIME. Samples are to be provided at no charge and all samples submitted in response to this notice become property of the VA and will not be returned following the evaluation process, with the exception of mattresses, which may be returned after an award, is made at the offeror?s request and at the offeror?s expense. NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, AND MEXICO). THE USER GROUP WILL ONLY EVALUATE SAMPLES MANUFACTURED IN APPROVED COUNTRIES. A LISTING OF DESIGNATED COUNTRIES AND CARIBBEAN BASIN COUNTRIES MAY BE FOUND AT THE FOLLOWING WEBSITE: http://www.acqnet.gov/far/current/html/Subpart_25_1.html#1046559. All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer?s name. Offerors must also include any corresponding detailed product literature with the samples. Detailed product literature should include, but not limited to, an indication of what materials the products are comprised of (e.g. latex, etc.), country of origin, and a listing of sizes, configurations, etc. available. Offerors must include a copy of the evaluation criteria contained in this notice with their samples and identify where in the product literature each individual criteria is addressed. If the product literature does not clearly address any of the criteria information, offerors must provide this information on company letterhead addressing the stated criteria. A statement that says, ?Yes, this product meets this criteria? is not sufficient; please provide details as to how the product meets the criteria. In addition, please provide company name, address, contact person and telephone number for questions pertaining to submitted samples. Also, please provide the company name, address, contact person and telephone number of where any resulting Request for Quotation (RFQ) should be sent. If detailed literature or sufficient information addressing the evaluation criteria is not received with the samples, the technical evaluation panel will be unable to fully evaluate the samples and the products will be eliminated from further consideration. Offerors are requested to provide procurement history data for the products submitted for evaluation. Please provide total quantities for each product sold to the VA in the previous 12-month period. This information will be used to verify the accuracy of the estimated quantities identified in the Request for Quotation (RFQ). VA intends to award Blanket Purchase Agreements (BPAs) against FSS contracts rather than issuing formal solicitations for the purpose of standardization. Those companies who do not have a current FSS contract will be eliminated from the competition prior to any subsequent BPA award. For additional information in obtaining an FSS contract, please contact James Booth, Federal Supply Schedule Service at 708/786-5183. Offerors who have a current FSS contract, must ensure that product samples submitted in response to this Sources Sought Notice are included on their FSS contract prior to any subsequent BPA award. VA will use the items submitted in response to this request for samples and the results of the evaluations performed on those items to determine which companies are requested to participate in the resulting Request for Quotation. Current FSS contract holders must provide a copy of their current FSS pricelist with their samples. If you do not have a current FSS contract, please indicate if a proposal has been submitted to begin the procurement process that will result in an FSS contract and the anticipated contract award date. The VHA Wound Care User Group, a group of VA nurses and clinicians who have expertise and knowledge of the products, will review and technically evaluate any samples submitted. VA deems the members of the User Group to be medical experts. Therefore, they are qualified to make a subjective determination as to which products are acceptable. **Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Consolidated Acquisition and Analysis Service (049A5S), ATTN: Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141** NOTE ? Because of the bulky nature of the mattress samples and the need to receive them at the dock, mattress samples will only be accepted between the hours of 8:00 am and 11:00 am. SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN APRIL 2, 2004. Companies not submitting samples by this date may be eliminated from consideration on any subsequent procurement action for these items. For additional information regarding contracting issues please contact Sue Proctor (708) 786-5182. For additional information regarding submission of samples please contact Carl Hunter (708) 786-7783. Product Descriptions/Criteria for items being considered at this time are as follows: ITEM 1. PRESSURE REDUCTION REPLACEMENT MATTRESSES ? STANDARD FOAM (Samples: 1 of each mattress to be evaluated) The item described will be evaluated based on the following minimum requirements/subjective criteria and how well the offered product would satisfy the intended use: 1. Latex Free (Will be evaluated by a review of the product literature) 2. If applicable, mattress cover clearly marked with ?head?, ?foot?, ?this side up? (Will be evaluated by physical inspection) 3. Vendor must provide education and training on product (Will be evaluated by a review of the product literature) 4. Shear/Friction Reduction (can easily move a patient in bed with drawsheet) (Will be evaluated by a review of the product literature and simulated use) 5. Mattress is offered in various sizes (length and width) to comply with VA bed entrapment policies. Vendor may be required to custom fit a mattress. Mattress is fitted to the bed frame such that the largest gap that can be created between the side rail and mattress is less that 2 3/8 inches (60mm) when the mattress is pushed all the way to one side of the frame. This same gap requirement should also apply from the headboard or footboard to the mattress. Minimum sizes would be approximately 35 x 80 inches, and 35 x 84 inches. (Will be evaluated by a review of the product literature and a notation from the offeror stating how they will meet this requirement) 6. Mattress is designed to prevent sliding or lateral movement on bed frame (e.g. non-skid bottom surface) (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 7. Meets fire safety standards, NFPA 267 compliance for rate of heat release per 19.7.5.3 and 10.3.4, same as California Technical Bulletin 129 (Will be evaluated by a review of the product literature) 8. Cover has a smooth surface with sealed seams on top cover (e.g. easy to clean) (Will be evaluated by a review of the product literature and physical inspection) 9. Cover is replaceable (Will be evaluated by a review of the product literature) 10. Instructions for cleaning of cover required to include germicidal/disinfectant agent) (Will be evaluated by a review of the product literature) 11. Cover is body fluid resistant (Will be evaluated by a review of the product literature) 12. Offeror must provide MVTR of mattress expressed in metric units (grams/Hr/m squared at 40 degrees Centigrade). Using the ASTM E96 standard as a test method. MVTR should be less than 5gms/Hr/m2 at 40 degrees C. (Will be evaluated by a review of the product literature) 13. Perimeter zipper must be covered (Will be evaluated by a physical inspection) 14. Cover allows immersion/displacement of body weight. Conformable to bony prominences (Will be evaluated by physical inspection and simulated use) 15. Cover will withstand repeated cleaning with a germicidal agent; will not plasticize or crack (Will be evaluated by a review of the product literature) 16. Foam density (1.3 lbs/cubic ft3) (Will be evaluated by a review of the product literature) 17. Foam ILD should be 25% of 30 lbs. (Will be evaluated by a review of the product literature) 18. Height of mattress is not less than 5 inches of foam (Will be evaluated by physical inspection) 19. Mattress reduces interface pressure below 32 mm Hg in sacral area (Will be evaluated by a review of the product literature) 20. Offeror to supply pressure mapping results, and methodology to include sacral and heel areas. Results must be within an acceptable range. (Will be evaluated by a review of the product literature and physical inspection) 21. Perimeter foam must provide safe support for transfers in and out of bed (Will be evaluated by physical inspection and simulated use) 22. Weight limit up to 350 pounds (Will be evaluated by a review of the product literature and physical inspection) 23. Warranty must be at least 7 years. Warranty includes automatic, non-prorated, replacement of damaged products including mattress and cover. (Warranty will be considered in pricing comparison) (Will be evaluated by a review of the product literature) 24. Foam can be bonded multiple layer construction, but no mandatory removable parts (Will be evaluated by a review of the product literature and physical inspection) 25. Stain resistant (Will be evaluated by a review of the product literature) 26. Durable, heavy-duty bottom surface (Will be evaluated by a review of the product literature and physical inspection) 27. Odor Resistant (Will be evaluated by a review of the product literature) 28. Offeror to provide any performance or outcome studies and any published independent studies (information only) (Will be evaluated by a review of the product literature) 29. Offeror must provide maintenance requirement (e.g. does not require rotation or flipping) (Will be evaluated by a review of the product literature) INTENDED USE ? The basic standard foam mattress for general use. This mattress includes pressure reduction features, for the prevention of pressure ulcers, and mattress can be placed on the existing bed frame. This mattress is used in conjunction with a comprehensive pressure ulcer prevention program as a standard of care. This does not eliminate the need for specialty surfaces for the treatment of multiple skin breakdown or high-risk individuals. ITEM 2. PRESSURE REDUCTION REPLACEMENT MATTRESSES ? VISCO-ELASTIC FOAM (Samples: 1 of each mattress to be evaluated) The item described will be evaluated based on the following minimum requirements/subjective criteria and how well the offered product would satisfy the intended use: 1. Latex Free (Will be evaluated by a review of the product literature) 2. If applicable, mattress cover clearly marked with ?head?, ?foot?, ?this side up? (Will be evaluated by physical inspection) 3. Vendor must provide education and training on product (Will be evaluated by a review of the product literature) 4. Shear/Friction Reduction (can easily move a patient in bed with drawsheet) (Will be evaluated by a review of the product literature and simulated use) 5. Mattress is offered in various sizes (length and width) to comply with VA bed entrapment policies. Vendor may be required to custom fit a mattress. Mattress is fitted to the bed frame such that the largest gap that can be created between the side rail and mattress is less that 2 3/8 inches (60mm) when the mattress is pushed all the way to one side of the frame. This same gap requirement should also apply from the headboard or footboard to the mattress. Minimum sizes would be approximately 35 x 80 inches, and 35 x 84 inches. (Will be evaluated by a review of the product literature and a notation from the offeror stating how they will meet this requirement) 6. Mattress is designed to prevent sliding or lateral movement on bed frame (e.g. non-skid bottom surface) (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 7. Meets fire safety standards, NFPA 267 compliance for rate of heat release per 19.7.5.3 and 10.3.4, same as California Technical Bulletin 129 (Will be evaluated by a review of the product literature) 8. Cover has a smooth surface with sealed seams on top cover (e.g. easy to clean) (Will be evaluated by a review of the product literature and physical inspection) 9. Cover is replaceable (Will be evaluated by a review of the product literature) 10. Instructions for cleaning of cover required to include germicidal/disinfectant agent) (Will be evaluated by a review of the product literature) 11. Cover is body fluid resistant (Will be evaluated by a review of the product literature) 12. Offeror must provide MVTR of mattress expressed in metric units (grams/Hr/m squared at 40 degrees Centigrade). Using the ASTM E96 standard as a test method. MVTR should be less than 5gms/Hr/m2 at 40 degrees C. (Will be evaluated by a review of the product literature) 13. Perimeter zipper must be covered (Will be evaluated by a physical inspection) 14. Cover allows immersion/displacement of body weight. Conformable to bony prominences (Will be evaluated by physical inspection and simulated use) 15. Cover will withstand repeated cleaning with a germicidal agent; will not plasticize or crack (Will be evaluated by a review of the product literature) 16. Foam density (2-3 lb/ft3) (Will be evaluated by a review of the product literature) 17. Foam ILD should be 25% of 30 lbs. (Will be evaluated by a review of the product literature) 18. Height of mattress is not less than 5 inches of foam. Visco elastic mattress must have a minimum of 2.5 inches of visco elastic foam in the construction (Will be evaluated by physical inspection) 19. Mattress reduces interface pressure below 32 mm Hg (Will be evaluated by a review of the product literature) 20. Offeror to supply pressure mapping results, and methodology to include sacral and heel areas. Results must be within an acceptable range. (Will be evaluated by a review of the product literature and physical inspection) 21. Perimeter foam must provide safe support for transfers in and out of bed (Will be evaluated by physical inspection and simulated use) 22. Weight limit up to 350 pounds (Will be evaluated by a review of the product literature and physical inspection) 23. Warranty must be at least 7 years. Warranty includes automatic, non-prorated, replacement of damaged products including mattress and cover. (Warranty will be considered in pricing comparison) (Will be evaluated by a review of the product literature) 24. Foam can be bonded multiple layer construction, but no mandatory removable parts (Will be evaluated by a review of the product literature and physical inspection) 25. Stain resistant (Will be evaluated by a review of the product literature) 26. Durable, heavy-duty bottom surface (Will be evaluated by a review of the product literature and physical inspection) 27. Odor Resistant (Will be evaluated by a review of the product literature) 28. Offeror to provide any performance or outcome studies and any published independent studies (information only) (Will be evaluated by a review of the product literature) 29. Offeror must provide maintenance requirement (e.g. does not require rotation or flipping) (Will be evaluated by a review of the product literature) INTENDED USE ? The visco elastic foam mattress is an option for low risk patients and is recommended for higher risk patients. This mattress provides more pressure reduction than the standard foam mattress, for the prevention of pressure ulcers, and mattress can be placed on the existing bed frame. This mattress is one component of a pressure ulcer prevention program. This does not eliminate the need for specialty surfaces for the treatment of multiple skin breakdown or high-risk individuals. ITEM 3. AIR HEEL PROTECTORS (Samples: 2 of each product to be evaluated) The item described will be evaluated based on the following minimum requirements/subjective criteria and how well the offered product would satisfy the intended use: 1. Strap has adjustable hook and loop closure, with smooth patient contact layer, without rough edges (Will be evaluated by a review of the product literature and physical inspection) 2. Individually packaged (Will be evaluated by a review of the product literature and physical inspection) 3. Instructions for use included with each individual device (Will be evaluated by a review of the product literature and physical inspection) 4. Soft fabric type lining (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 5. Heel suspended; does not bottom out (Will be evaluated by physical inspection and simulated use) 6. Latex free (Will be evaluated by a review of the product literature) 7. Air inflatable, non-foam construction (Will be evaluated by a review of the product literature and physical inspection) 8. Outside of device slides easily across linens (Will be evaluated by physical inspection and simulated use) 9. No rough seams on patient contact surface (Will be evaluated by physical inspection and simulated use) 10. Durable construction, seams appear secure (Will be evaluated by physical inspection) 11. Pre-inflated (Will be evaluated by a review of the product literature and physical inspection) 12. Hand air pump available if required by device (Will be evaluated by a review of the product literature and physical inspection) 13. More than one size available (Will be evaluated by a review of the product literature) 14. Long length must be available (mandatory) (Will be evaluated by a review of the product literature and physical inspection) 15. More than one length available (information only) (Will be evaluated by a review of the product literature and physical inspection) 16. Clinical studies available (information only) (Will be evaluated by a review of the product literature) 17. Single patient use (Will be evaluated by a review of the product literature and physical inspection) 18. Cleaning instructions included (Will be evaluated by a review of the product literature and physical inspection) IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT SUE PROCTOR AT 708-786-5182 OR SUSAN.PROCTOR@MED.VA.GOV
 
Web Link
RFI VANAC-SSN-031104
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-031104)
 
Record
SN00542476-W 20040313/040311222353 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.