SOURCES SOUGHT
65 -- Prosthetics Fabrication and Repair
- Notice Date
- 4/25/2022 7:28:57 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0783
- Response Due
- 4/29/2022 10:00:00 AM
- Archive Date
- 05/29/2022
- Point of Contact
- Debby Abraham, Contract Specialist, Phone: (562)766-2225
- E-Mail Address
-
Debby.Abraham@va.gov
(Debby.Abraham@va.gov)
- Awardee
- null
- Description
- RFI 36C26222Q0783 THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113-Surgical Appliance and Supplies Manufacturing (size standards of 1,000 employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide prosthetic limbs and related services to Veterans who are eligible for VA health care services and have medical needs for such items and services. This acquisition will supplement VA in providing comprehensive prosthetic care and support to the Veterans in need. The VA is seeking sources that at a minimum meets the following SOW for the Southern California and Southern Arizona VA Health Care System: The Contractor must fabricate and/or repair all prosthetic limbs in strict conformance to the prosthetic prescription that has been provided by the VA Amputee Clinic Team. The VA will provide a list of approved L Codes for work to be provided by the Contractor for the specific prescription. The Contractor must not add or substitute components or alter the veteran s prescription in any way without prior approval and written authorization from the VA Amputee Clinic Team, Prosthetic Representative or designee. The solicitation only includes commercial items. Products that are not commercial items are considered experimental and purchase of experimental products shall not be authorized under this solicitation. ITEM NO DESCRIPTION ESTIMATED ANNUAL QUANTITY UNIT UNIT PRICE A VA Long Beach Healthcare System A-1 New Prosthetic Fabrication 365 EA L-Code Pricing Less ____% A-2 Prosthetic Repair 920 EA L-Code Pricing Less ____% A-3 Service for NOC Coded Items 10 HR B VA Loma Linda Healthcare System B-1 New Prosthetic Fabrication 1075 EA L-Code Pricing Less ____% B-2 Prosthetic Repair 1125 EA L-Code Pricing Less ____% B-3 Service for NOC Coded Items 10 HR C VA San Diego Healthcare System C-1 New Prosthetic Fabrication 1455 EA L-Code Pricing Less ____% C-2 Prosthetic Repair 2930 EA L-Code Pricing Less ____% C-3 Service for NOC Coded Items 10 HR D VA Greater Los Angeles Healthcare System D-1 New Prosthetic Fabrication 6 EA L-Code Pricing Less ____% D-2 Prosthetic Repair 10 EA L-Code Pricing Less ____% D-3 Service for NOC Coded Items 10 HR The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS/Cage Code number. (13) The quoted prices must not exceed the established Centers for Medicare and Medicaid Services (CMS); Healthcare Common Procedure Coding System (HCPCS). Durable Medical Equipment Prosthetics, Orthotics, and Supplies (DEMPOS) fee schedules applicable to the geographic area subject to this solicitation and at the time of performance. It should be noted that repair rates for 15-minute increments are now part of the L-Code pricing baseline. Please apply the best percentage discount that you offer against the fee schedule baseline. Offerors are to propose a discount on all L-Codes applicable to this solicitation such as prosthetic limbs, prosthetic limb devices/components and labor rates for repairs and devices. Responses to this notice shall be submitted via email to Debby.Abraham@va.gov. Telephone responses will not be accepted. Responses must be received no later than April 28, 2022 by 1:00 P.M. EST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/406144eb87344970909bf2f00e510e3e/view)
- Record
- SN06307364-F 20220427/220425230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |