Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOURCES SOUGHT

65 -- Sources Sought Notice for Medical/Surgical Products

Notice Date
4/12/2004
 
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-031804C
 
Response Due
5/14/2004
 
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
Susan Proctor
(susan.proctor@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
SEE SOURCES SOUGHT NOTICES VANAC-SSN-031804A AND VANAC-SSN-031804B FOR ADDITIONAL REQUIREMENTS FOR MEDICAL/SURGICAL ITEMS 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 Medical/Surgical Items This is a Market Survey and Request for Samples to locate potential sources for the standardization of various medical/surgical 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 medical/surgical 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. 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. A VHA Standardization Workgroup, a group of VA physicians, 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 Workgroup 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** SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN MAY 14, 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 10. FOOT COMPRESSION SYSTEM (Samples: 1 of each machine and 3 of each size of sleeve 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. Lightweight (less than 11 pounds) (Will be evaluated by a review of the product literature and physical inspection) 2. Quiet, vibration-free operation (Will be evaluated by a review of the product literature and physical inspection) 3. Sturdy bed hanger (Will be evaluated by a review of the product literature and physical inspection) 4. Audible and Visual alarms for excessive pressure, non-relief of pressure, or deviation from normal function (Will be evaluated by a review of the product literature and physical inspection) 5. Pressure relief mechanism that limits cuff pressure to no more than 300mm Hg (Will be evaluated by a review of the product literature) 6. Automatic Cycle Time (Will be evaluated by a review of the product literature and simulated use) 7. Single and double limb capability (Will be evaluated by a review of the product literature and physical inspection) 8. Connecting tubing not attachable to IV tubing (Will be evaluated by a review of the product literature and physical inspection) 9. Meets UL Standard 2601 or most current (Will be evaluated by a review of the product literature) 10. Meets national medical device electrical safety standards ANSI/AMI-ES1 (Will be evaluated by a review of the product literature) 11. Easy to read illuminated digital display (Will be evaluated by physical inspection) 12. A correct alignment indicator shall be included or tubing shall connect in only one correct manner (Will be evaluated by physical inspection) 13. Latex free connecting tubing (Will be evaluated by a review of the product literature) 14. Operating instructions included (Will be evaluated by physical inspection) 15. Cleaning instructions included for germicide/disinfectant with the product (send sample) (Will be evaluated by a review of the product literature and physical inspection) 16. Garments should have the following characteristics (a) Submit samples of all foot garments available (b) Comfortable, smooth, fabric-like inner surface next to patient’s skin (c) Single patient use disposable garments (d) Hook and loop closures (e) Latex-free (f) Bladders inflate uniformly on the plantar surface of the foot (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 17. Compression pumps, connection tubing, and necessary connectors shall be provided at no additional charge) (Will be evaluated by a review of the product literature) ITEM 11. INTERMITTENT URINARY CATHETER, CLOSED SYSTEM (Samples: 6 of each in both 14 and 16 French 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. Single Use (Will be evaluated by a review of the product literature) 2. Sterile (Will be evaluated by a review of the product literature) 3. Two eyes (Will be evaluated by a review of the product literature and physical inspection) 4. Latex-free kit available (Will be evaluated by a review of the product literature) 5. Assorted sizes – must have 14 and 16 French (Will be evaluated by a review of the product literature and physical inspection) 6. Smooth tip (Will be evaluated by a review of the product literature and physical inspection) 7. Water soluble lubricant (Will be evaluated by a review of the product literature and physical inspection) 8. Self-lubricating (Will be evaluated by a review of the product literature and physical inspection) 9. Individually packaged (Will be evaluated by a review of the product literature and physical inspection) 10. Disposable (Will be evaluated by a review of the product literature and physical inspection) 11. Leakproof (Will be evaluated by a review of the product literature and physical inspection) 12. Includes three 10% povidone iodine swabsticks (Will be evaluated by a review of the product literature and physical inspection) 13. Includes one pair of large gloves, folded (Will be evaluated by a review of the product literature and physical inspection) 14. Minimum capacity bag 1000 ml (Will be evaluated by a review of the product literature and physical inspection) 15. Includes drape (Will be evaluated by a review of the product literature and physical inspection) 16. Instructions for use in each bulk container (Will be evaluated by a review of the product literature and physical inspection) 17. Non-corrugated inner packaging (Will be evaluated by a review of the product literature and physical inspection) 18. Ability to empty bag (Will be evaluated by a review of the product literature and physical inspection) 19. Red rubber catheter (Will be evaluated by a review of the product literature and physical inspection) 20. In service training must be provided to each purchasing facility (Will be evaluated by a review of the product literature) INTENDED USE – Intermittent sterile catheterization involves placement of a temporary catheter to remove urine from the body. ITEM 12. NASOGASTRIC SUMP TUBE (Samples: 6 of each in 16 French size and 6 each of the Levin tubes 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. Disposable (Will be evaluated by a review of the product literature and physical inspection) 2. Single patient use (Will be evaluated by a review of the product literature and physical inspection) 3. Sterile (Will be evaluated by a review of the product literature and physical inspection) 4. Radioopaque marker throughout the length (Will be evaluated by a review of the product literature and physical inspection) 5. Double lumen (Will be evaluated by a review of the product literature and physical inspection) 6. Assorted sizes (16 French mandatory) (Will be evaluated by a review of the product literature and physical inspection) 7. Distal tip calibration at 18, 22, 26, and 30 inches (Will be evaluated by a review of the product literature and physical inspection) 8. No fewer than 10 aspiration holes (Will be evaluated by a review of the product literature and physical inspection) 9. One distal oval eye (Will be evaluated by a review of the product literature and physical inspection) 10. Silicone or PVC construction (Will be evaluated by a review of the product literature and physical inspection) 11. Anti-reflux device provided (Will be evaluated by a review of the product literature and physical inspection) 12. No less than 48 inches in length (Will be evaluated by a review of the product literature and physical inspection) 13. 5-in-1 connector (Will be evaluated by a review of the product literature and physical inspection) 14. Latex free (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE – For aspiration of gastric contents. SEE SOURCES SOUGHT NOTICES VANAC-SSN-031804A AND VANAC-SSN-031804B FOR ADDITIONAL REQUIREMENTS FOR MEDICAL/SURGICAL ITEMS 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 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
RFI VANAC-SSN-031804C
(http://www.eps.gov/spg/VA/VANAC/VANAC/VANAC-SSN-031804C/listing.html)
 
Record
SN00564343-F 20040414/040412212736 (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.