Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
DOCUMENT

65 -- VISN 1 IDIQ Artificial Limbs - Attachment

Notice Date
4/24/2014
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24114I0354
 
Response Due
5/16/2014
 
Archive Date
7/15/2014
 
Point of Contact
ANNA NORCROSS
 
E-Mail Address
CONTRACT SPECIALIST
(ANNA.NORCROSS@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
ARTIFICIAL LIMBS, ORTHOTICS AND RELATED SERVICES Notice Type: Sources Sought NAICS Code: 339113; Surgical Appliance and Supplies Manufacturing This is a Sources Sought Notice for the purpose of market research only. This notice is not a solicitation. Responses to this notice will not be evaluated for award. Responses will only be utilized to survey the marketplace and determine the availability of this service. The Department of Veterans Affairs, VISN 1 New England Healthcare System is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for the provision of artificial limbs, orthotics, and related services to the VISN 1 locations listed below. The results of this market research will contribute to determining the method of procurement. STATEMENT OF NEED The Department of Veterans Affairs (VA), Integrated Service Network VISN 1, has an ongoing program to furnish fabrication and repair of artificial limbs to those veterans who require them and are eligible for assistance. It is the VA's intention to solicit proposals and award multiple contracts on a competitive basis under the authority of Title 38 USC Section 8123. The provision and repair of artificial limbs will be pursuant to VHA Handbook 1173.3 Amputee and Artificial Limbs (attached). The products and services to be required include, but are not limited to: "below knee and above knee artificial limbs; "below elbow and above elbow artificial limbs; "terminal devices; "complex knee and elbow systems; "myo-electric systems; and "repair of said devices. Contractors shall utilize numerous socket and suspension systems, high technology and lightweight materials as well as various manufacturing process. All contractors shall have a full-time American Board Certified (ABC) or Board for Orthotist-Prosthetist Certification (BOC) or VA Qualified Prosthetist (VAQP) on staff at each location. At a minimum, this training shall include CAD/CAM, Longs Technique, NSNA, and/or educational seminars specific to the fabrication and servicing of these components that were presented by organizations such as the national Association for the Advancement of orthotics and prosthetics (NAAOP), American Academy of Orthotics and Prosthetics (AAOP), American Orthotic and prosthetic Association (AOPA), International Association of Orthotics and Prosthetics (IAOP), or a formal program which is specifically designed to train Prosthetists in the fabrication of the following sockets: 1)ischial containment prosthetic designs; a)natural shape / natural aligned sockets (also known as Long's Line or Technique) b)Icelandic Scandinavian New York (ISNY) c)flexible wall sockets (FWS) d)contoured adducted trochanteric-controlled alignment method (CAT/CAM) 2)microprocessor component specific; 3)silicone suction sockets (3S); and 4)tee harmony system The contractor shall fabricate all artificial limbs in strict conformance to the prosthetic prescription that has been approved by the VA Amputee Clinic Team. The contractor's facilities shall be approved by the Facility Accreditation Program of the American Board for Certification in Orthotics and Prosthetics, Inc. (ABC), the Accredited Facilities Program of the Board of Certification (BOC), follow applicable CMS standards and/or have successfully passed inspection by the VA. VA inspection will be conducted by the Chief of Prosthetics whose location is closest to the contractor's facility. New technologies will require proof of training. All contractors shall have a legitimate facility/workplace within 100 miles of the VA sites listed below under Places of Performance. It is of critical importance that there will be a maximum number of feasible, local contractors in order to avoid delays in timeliness of service as well as subjecting Veterans to unnecessary travel due to an insufficient number of available certified prosthetists. TYPE OF CONTRACT AND PERIOD OF PERFORMANCE There will be multiple awards of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Delivery orders will not exceed the simplified acquisition threshold of $150,000.00 The IDIQ contract will be a base year with four option years. PLACES OF PERFORMANCE Togus; VA Maine Healthcare System 1 VA Center Augusta, ME 04330-6719 White River Junction; White River Junction VA Medical Center Vermont 215 North Main Street (Mailing) 163 Veterans Drive (GPS) White River Junction, VT 05009-0001 Bedford; Edith Nourse Rogers Memorial Veterans Hospital 200 Springs Road Bedford, MA 01730-1114 Boston; VA Boston Healthcare System (includes all three sites for Prosthetics) Brockton Division 940 Belmont Street Brockton, MA 02301-5596 Jamaica Plain Division 150 S. Huntington Avenue Boston, MA 02130-4817 West Roxbury Division 1400 VFW Parkway West Roxbury, MA 02132-4927 Manchester; VA Medical Center Manchester, New Hampshire 718 Smyth Road Manchester, NH 03104-7007 Northampton; VA Central Western Massachusetts Healthcare System (Central and Western MA) 421 North Main Street Leeds, MA 01053-9764 Providence; Providence VA Medical Center 830 Chalkstone Avenue Providence, RI 02908-4734 Connecticut; VA Connecticut Healthcare System (Includes both sites for Prosthetics) Newington Campus 555 Willard Avenue Newington, CT 06111-2631 West Haven Campus 950 Campbell Avenue West Haven, CT 06516-2770 THERE IS NO SOLICITATION AT THIS TIME. The request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The government will evaluate market information to ascertain the potential market capacity. If your organization has the potential capacity to perform these contract services, please provide the following information: organization name, address, email address, Web-site address, telephone number, contact person, size and type of ownership for the organization. Please provide the documentation of the size of your business. The NAICS Code for this requirement is 339113 with a Small Business Association (SBA) Size Standard of 500 employees. At the time of the solicitation, proposals will be evaluated to ensure that vendors have this specific NAICS code listed on their SAM Registration (System for Award Management; https://www.sam.gov). If you are classified as a small business, Historically Underutilized Business Zone Small Business (HUB Zone), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB) and/or SBA 8(a) Certified Small Business, please provide a capability statement in addition to the other information for acquisition strategy determination. NOTE: SDVOSB and VOSB status shall be verified by the VA CVE (Center for Verification and Evaluation). Telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding their submission. RESPONSE INSTRUCTIONS Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response either via email or ground mail to this Sources Sought Notice by May 16, 2014, at 5:00 PM Eastern Standard Time. Point of Contact: Anna Norcross 623 Atwells Avenue Uncas Building, Third Floor Providence, RI 02909-2472 anna.norcross@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. See attached document: VHA Handbook 1173.3 Amputee Clinic Teams and Artificial Limbs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24114I0354/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-14-I-0354 VA241-14-I-0354_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1328261&FileName=VA241-14-I-0354-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1328261&FileName=VA241-14-I-0354-002.docx

 
File Name: VA241-14-I-0354 VHA Handbook 1173.3 Amputee Clinic Teams and Artificial Limbs.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1328262&FileName=VA241-14-I-0354-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1328262&FileName=VA241-14-I-0354-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03347831-W 20140426/140424235011-7990aff653438e9935805f85959aa97a (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.