Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2010 FBO #2987
SOLICITATION NOTICE

Q -- VISN 9 ( VISN Wide) Cardiac Stent Consignment

Notice Date
1/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA-249-10-RQ-0038
 
Response Due
2/24/2010
 
Archive Date
4/25/2010
 
Point of Contact
Roy Rossignol
 
E-Mail Address
roy.rossignol@va.gov
(roy.rossignol@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Mid South Healthcare System, Veterans Administration VISN 9 Acquisition Center, intends to award multiple consignment contracts for a variety of Aortic Stents, Balloon Stents and Catheters and peripherals prepared in accordance with FAR Part 12 Commercial Items & FAR Part 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. Mid South System, Veterans Administration VISN 9 Acquisition Center is requesting electronic product catalogs and pricing for a variety Original Equipment Manufacturers (OEM) of Aortic Stents, Balloon Stents and Catheters, peripherals and related supplies, equipment, and products from interested, FDA approved Vendors, both Large and Small Businesses for consignment. All vendors will be required to accept either payment by Credit Card or locally prepared Purchase Orders. ALL INTERESTED FDA-APPROVED CONTRACTORS SHOULD PROVIDE A ELECTRONIC PRODUCT CATALOG WITH CURRENT PRICING, INCLUDING APPLICABLE GOVERNMENT (VA) DISCOUNTS, QUANTITY ORDERING DISCOUNTS, OR OTHER APPLICABLE DISCOUNTS AND ORDERING INSTRUCTIONS. Statement of Work (SOW) VISN 9 Vascular Stents Catheters and Peripherals 1.Veterans Integrated Service Network 9, (VISN 9), Department of Veterans Affairs Acquisition Center (ASC), Contracting Office (90C), 1639 Medical Center Parkway Suite 400l, Murfreesboro, TN, 37129, is soliciting proposals for drug eluting coronary stents, bare metal coronary stents, and related PTCA supplies and peripherals. It is anticipated that multiple awards will be made for indefinite-delivery, indefinite-quantity contracts with consignment provisions contract will be for a base year plus four option years and will be reviewed annually to ensure discounts are fair and reasonable. This contract is expected to be established in Dec 2009. 2.The VISN 9 intention is to establish an electronic catalogue driven ordering process that allows VA Physicians and Medical staff personnel to order directly from Contractor(s)/Vendor(s) provided electronic catalogues as needs and requirements for consignments change. Purpose is to simplifying the order process for consignment products that are paid for at time of use via local payment procedures (Government Purchase Card and Purchase Order) 3.The government is unable to determine in advance the entire universe of products by size and catalog number that we may require. This product variable is dependent on individual patients diagnosis and medical care required. Therefore a baseline Items inventory will be established by each of the VISN 9 medical centers that are representative of the type of products historically used in the VA Medical Centers Cardiac Cath Lab for interventional procedures across the Tennessee Valley Healthcare System (TVH). Offeror(s) must submit along with this solicitation, a list of all products offered for consignment, indicating description of item, model, catalog number and VA discounted price of each item offered in these electronic catalogues. 4.PRODUCT CHANGES/MODIFICATIONS: It is understood that there are continual changes in the field of vascular surgery and interventional radiology, and new and improved products are released to the marketplace every year. All implants, instruments, and accessories 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 manufacturers planned obsolescence within the first year of contract award are not acceptable. Theses changes in state of the art technologies will be reflected in the updated electronic catalogues supplied by the vendors at least semi-annually or as required due to emerging technologies. VA Medical Staff will keep abreast of these changes to technology in order to ensure the baseline stent consignments are kept up to date with what is available from the various vendors. 5.Contractor(s)/Vendor (s) agree to furnish and maintain an inventory of Vascular Stents Catheters and peripherals, on a consignment basis in accordance with the terms and conditions of the consignment contract. Contractor (s)/Vendor(s) shall deliver subject medical supplies addressed to the various VISN 9 Veterans Affairs Medical Centers (VA Medical Center) as follows: 1) VA Medical Center, 1030 Jefferson Ave., Memphis, TN 38104 2) VA Medical Center, Veterans Way at Lamont St., Mountain Home, TN 37684 3) VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129 4) VA Medical Center, 1310 24th Ave., South, Nashville, TN 37121 5) VA Medical Center, 1101, Veterans Dr., Lexington, KY 40502 6) VA Medical Center, 800 Zorn Ave., Louisville, KY 40206 7) VA Medical Center, 1540 Spring Valley Dr., Huntington, WV 25704 6.A baseline consignment inventory of these Vascular Stents, Catheters and peripherals consignment shall be established by the VISN 9 VA Medical Centers listed above, based on anticipated and projected use of products. However, this level may be changed upon mutual agreement of the parties.. Contractor(s)/Vendor(s) will ensure all items are available within ten (10) days of award. Items shall be stored in the Surgery Service (operating room) or sterile locked implant room and VA inventory control procedures established to ensure accurate accounting of usage that could further be provided to the VA and the supplying Contractor(s)/Vendor(s) for establishing cost and trend of usage to make adjustments to baseline consignments based on patient care needs. Contractor(s)/Vendor(s) shall be given access to the consignment inventory by coordinating with the Contracting Officers Technical Representative (COTR). COTR information will be provided on an additional memorandum (COTR assignments/reassignment may vary). 7.The VA may change the number of items on consignment, or their model and size, by written or oral request to the Contractor(s)/Vendor(s) or its authorized representative and after receiving an authorized VA Medical Center staff request with confirmation provided by the COTR designated at one of the seven (7) VISN 9 Medical Centers. Contractor(s)/Vendor(s) are to provide name, and contact information on all sales representatives or agents that will interface by location with the VA Medical Centers listed above to staff ensure communications are established between the VA Medical Center and the Contractor (s)/ Vendor(s). 8.The Contractor(s)/Vendor(s) agree to maintain the specified quantities set forth in the established baseline consignments at all times during the term of the contract/consignment agreement by promptly replacing like quantities of items that may be used, thus assuring instant availability of all items specified by the VA. All deliveries are to be coordinated through the COTR or their designee at each VISN 9 VA Medical Center. 9.Payment for items furnished under this contract/consignment agreement is applicable only when such items are used (implanted) or the package is opened by the Government. All items furnished under this contract/consignment remain property of the Contractor until the VA uses the items. Pricing will be in accordance with the schedule established in the Contractor(s)/Vendor(s) provided electronic catalogues with updated VA discounted prices. These Contractor (s)/Vendor(s) electronic catalogues will be revised at least semi-annually or more often as technology driven changes occur and at least 60 days prior to exercising of the next option year of this contract. Exercising the contract option year will be made when the Government receives these updated and correctly priced electronic catalogues prior to executing the option year. VA Medical Center will initiate replacements orders for each implanted item in order to obtain a replacement item within one (1) business day after implant. All orders shall be placed with the Contractor(s)/Vendor(s) using the electronic catalogues and have a locally prepared Purchase Order by the VA Medical Center associated with them. To facilitate contract compliance, mutually agreed upon requests between the Contractor and the VA Inventory Manager to change consignment levels at individual VISN 9 VA Medical Centers will be logged in a consignment management tool which will be forwarded to the Contractors Sales Support team. The Contractor(s)/Vendor(s) shall deliver replacements within three (3) business days after receipt of the order from the electronic catalogues unless unusual and compelling reasons dictated replacements within one (1) business day. The items shall be shipped FOB Destination. (a)Payment Terms: Contractor(s)/Vendor(s) agree to accept the VA Purchase Card as the preferred method of payment. VA Medical Center staff personnel will issue a Purchase Order with each VA Purchase Card buy. Purchase orders (Non-Credit Card orders) will be issued when deemed appropriate by the VA. (b)Invoice Requirements: Invoices shall be submitted in the original only to the government office designated in this Agreement or on the purchase order to receive invoices. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1)Name of the Contractor and invoice date. (2)Contract/consignment agreement number or other authorization for delivery of proper services. (3)Description, price, and quantity of property and services actually delivered or rendered. (4)Shipping and payment terms. (If applicable) (5)Name (where practicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent. (6)Other substantiating documentation or information as required by the contract. To assist the government in making timely payments, the Contractor may be requested to furnish additional information either on the invoice or on an attachment to the invoice. 10. VA Medical Center physicians will have the responsibility to determine which item to use. Contractor(s)/Vendor(s) shall provide products on an as-needed basis. As ordered by the VA Medical Center Staff using the electronic catalogues provided by each Contractor(s)/Vendor(s). Occasionally specific patients may require a special stent/balloon/peripheral not available from the contractor(s) or in consignment inventory or electronic catalogues. These items may be purchased directly from any contractor/vendor on an open market basis. Special stents that become routinely used may be added to the next electronic catalogue provided by the Contractor(s)/Vendor(s). The Chief of Surgical Service or his/her designee at each VISN 9 VA Medical Center will have the final approval for acceptance of products. 11. VA Medical Centers will consume Contractor(s)/Vendor(s) products at the electronic catalogue number level on a first-in, first-out basis. Contractor(s)/Vendor(s) shall remove or replace inventory as necessary. VA Medical Center staff will be advised prior to any inventory being removed or replaced. VA Medical Center professional staff may request that inventory having less than 90 days sterility/expiration date be removed and replaced. These services will be completed at no cost to the Government. 12. All Transportation charges will be borne by the Contractor(s)/Vendor(s) for all orders placed against this contract/consignment agreement. Special shipping or overnight air shipments requested by the VA shall be prepaid by the contractor and billed to the VA. All deliveries must be labeled with the purchase order number issued at time of order. All deliveries shall be made between the hours of 7:30am and 4:30pm, Monday through Friday, excluding Federal holidays and shall be directed to: VA Medical Center, 1030 Jefferson Ave., Memphis, TN 38104 VA Medical Center, Sidney at Lamont St., Mountain Home, TN 37684 VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129 VA Medical Center, 1310 24th Ave., South, Nashville, TN 37121 VA Medical Center, 1101, Veterans Dr., Lexington, KY 40502 VA Medical Center, 800 Zorn Ave., Louisville, KY 40206 VA Medical Center, 1540 Spring Valley Dr., Huntington, WV 25704 13. The Contractor will replace defective products at no cost to the Government. Government will be responsible for replacing items that have been misused or lost. The ownership and title of all consigned items shall remain with the Contractor until such time said item(s) are used by VA Medical Center. The Government will provide adequate care and storage of the inventory and will bear any risk of loss or damage to inventory to the extent suffered as a direct result of the Governments (or the Governments agents, employees or designees) negligence, contamination or pilferage. At that time, a purchase order will be issued for a replacement item. Neither party shall be liable for any failure or delay in the performance of its obligations under this Agreement due to causes beyond the control of such party, including but not limited to fire, floods, other act of God, accidents, embargoes, wars, riots and any other acts or order of any government or governmental agency. 14. In order to determine appropriate stock levels, VA staff and contractor's personnel will periodically (no less than once per year) conduct a physical inventory of the consignment inventory, (access to inventory shall be coordinated through the COTR) with a copy of the inventory furnished to the Contracting Officer. Contractor(s)/Vendor(s) shall evaluate the actual usage and purchase volume and review the results with VA Medical Center designated representative. Contractor(s)/Vendor(s) are required to submit certificates of general liability insurance to the Contract Specialist. 15. Alteration of Quantities under Consignment: The Contractor(s)/Vendor(s) agree that the total quantity of items furnished under this agreement can be changed at any time during the effective period of this agreement, if approved by the Contractor(s)/Vendor(s) and the VA. Terms of payment will apply to all additional items. 16. As required by FAR 52.216-22, Indefinite Quantity the minimum guaranteed amount for the total contract/consignment agreement period is $5,000 and the maximum dollar value that may be acquired under the contract/consignment agreement is $5 Million. Actual purchase of any implanted item is entirely dependent on patient diagnosis and requirement as determined by VA Physicians at the point of service. 17. FEDERAL SUPPLY SCHEDULE: If the Offeror holds a Government Services Administration (GSA), Federal Supply Schedule (FSS) contract with the U.S. Government or has Vascular Stent and/or Balloon and peripherals contracts with the VA National Acquisition Center (NAC) or other VA Medical Centers or Veterans Integrated Service Networks (VISNs), please provide a copy with your offer. The Federal Acquisition Regulations (FAR) allows schedule contractors to pass on price reductions to individual agencies without offering that reduction to all schedule users. (See FAR 8.404(b)(3)&(5)). Where applicable, offeror shall indicate any bid items currently offered that are on existing Federal Supply Schedule (FSS) contract to include item numbers, contract number, FSC Group and contract expiration date. FSS Contract Number: ______________________________ FSC Group_______________________________________ Contract Expiration Date:____________________________ Line Items to which FSS Contract applies:_______________ 18. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer must contain the offeror's best terms from a cost/price and technical standpoint. Evaluation of proposals will be made by VA Medical professional staff and include subjective and objective evaluations on offeror's past performance, technical capability and best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA-249-10-RQ-0038/listing.html)
 
Place of Performance
Address: Various VISN 9 VA Medical Centers
Zip Code: 37129
 
Record
SN02050561-W 20100128/100126235348-a4b1b6aa8b02d59b1b611fcecf41b2b5 (fbodaily.com)
 
Source
FedBizOpps 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.