Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
DOCUMENT

65 -- Wound Cleansers - Attachment

Notice Date
6/27/2013
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11913I0058
 
Archive Date
8/26/2013
 
Point of Contact
Linda Coleman
 
E-Mail Address
n
 
Small Business Set-Aside
N/A
 
Description
Subject: Request for Information (RFI) or Sources Sought, Synopsis for Wound Cleanser, for the Department of Veterans Affairs, Veterans Health Administration (VHA). The Veteran Health Administration (VHA) National Standardization Wound Care Integrated Product Team (IPT) has identified Wound Cleanser as a candidate item for standardization. The purpose of this sources sought is to conduct market research to support the procurement of wound cleansers. The purpose of the standardization is to obtain the highest quality products, at the best possible price, to be used uniformly as medically appropriate in inpatient and/or outpatient VA healthcare settings thus facilitating the best possible care and medical outcomes for our Nation's Veterans. The IPT desires to procure bottle(s) of wound cleanser that effectively remove foreign debris, exudates, and/or metabolic waste from the wound surface without increasing patient discomfort in the form of burning or stinging. Therefore, it is the Government's specific intent through this market research, supported by published and/or documented evidence, to find wound cleanser that does not contain ingredients known to elicit burning and stinging. These ingredients, as listed in attachment 1, Minimum Technical Requirement (MTR) #10 include, but may not be limited to: papain, hydroquinone and tretinoin. This information may result in the award, or multiple awards of enterprise-wide contracts, which will be solicited and awarded via GSA e-Buy. This sources sought encourages potential contractors to submit a non-binding statement of interest and documentation substantiating they have a product they feel meets the stated requirement. Further, it is intended to assess industry's capability to support and/or develop an adequate solution to the Government's continuing need(s). The Strategic Acquisition Center (SAC) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 325412 "Pharmaceutical Preparation Manufacturing". This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 325412. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this RFI or sources sought are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this RFI or sources sought. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE PRODUCTS AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry (i) provide current commercial pricing for all items listed in the above chart (and applicable discounts or trade-in values for old equipment (j) link to the respondent's General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm. Response is due by 3pm, July 5, 2013. Please submit e-mail responses to Ms. Linda Coleman, Contract Specialist, at email address: linda.coleman@va.gov and Ms. Jacelyn Shoffstall, Contract Specialist, at email address Jacelyn.Shoffstall@va.gov. Your response should include the STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Wound Cleanser" in the subject line of your email. Disclaimer: Issuance of this RFI or sources sought is to assist the VA in determining sources only and does not commit or bind the Government under any circumstances nor does it constitute any obligation whatsoever on the part of the Government to procure these commodities/supplies or to issue a solicitation nor to notify respondents of the results of this notice. No solicitation documents exist at this time; The Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this RFI or sources sought cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI or sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d094a53525e8bd7ea19c6f0abdf4184)
 
Document(s)
Attachment
 
File Name: VA119-13-I-0058 VA119-13-I-0058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=839332&FileName=VA119-13-I-0058-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=839332&FileName=VA119-13-I-0058-002.docx

 
File Name: VA119-13-I-0058 Attachment I - Salient Characteristics MTRs.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=839340&FileName=VA119-13-I-0058-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=839340&FileName=VA119-13-I-0058-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03101719-W 20130629/130628000044-6d094a53525e8bd7ea19c6f0abdf4184 (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.