Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOURCES SOUGHT

65 -- Sources Sought Notice for Medical/Surgical Products

Notice Date
7/3/2002
 
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-070302
 
Response Due
7/24/2002
 
Point of Contact
Point of Contact - Susan Proctor, Contract Specialist, (708) 786-5182, Contracting Officer - Susan Proctor, Contract Specialist, (708) 786-5182
 
E-Mail Address
Email your questions to Susan Proctor
(susan.proctor@med.va.gov)
 
Description
SUBJ: Sources sought 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. A request for quotations will be issued at a later date. Companies 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. Additional criteria may be added (or existing criteria deleted) during the evaluation process. If this occurs, all samples received will be evaluated equally against the revised criteria. All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer?s name. 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.arnet.gov/far/current/html/25.html#25.003. Potential offerors must also include any corresponding detailed product literature with the samples. Detailed product literature should include, but not be 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. If detailed literature is not received with the samples, the technical evaluation panel may be unable to fully evaluate the samples and the products could be eliminated from further consideration. If the detailed literature provided does not sufficiently address all of the listed criteria, the product may be eliminated from further consideration without further discussion. **Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Item Management Division (049A5S), ATTN: Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141.** Companies submitting samples are also encouraged to obtain Federal Supply Schedule (FSS) contracts for those products from the respective government contract office. VA intends to award a Blanket Purchase Agreement (BPA) against an FSS contract rather than issuing a formal solicitation for the purpose of standardization. Those companies who do not have their products on an FSS contract will be eliminated from the competition. 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 Quotations. The VHA Medical/Surgical User Group, 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 User Group to be medical experts. Therefore, they are qualified to determine which products are acceptable. NOTE: SAMPLES FOR ANY ITEM THAT INCLUDES A REQUIREMENT THAT THE PRODUCT MEETS A SPECIFIC STANDARD (e.g. AAMI, ASTM, etc.) MUST INCLUDE LITERATURE OR A LETTER FROM THE MANUFACTURER INDICATING HOW THE PRODUCT MEETS THE SPECIFIC REQUIREMENT. SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN JULY 24, 2002. Companies not submitting samples by the above 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 1. SAMPLING KIT, ARTERIAL BLOOD GAS (Samples: 1 Box of each product 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. Lithium Heparin Syringe with Luer Lock and Slip Luer Connections 2. Both Wet and Dry Systems 3. Single ABG Syringes (Available) 4. Has a Device or Mechanism that prevents the user from coming into contact with blood during the process of air removal from the syringe 5. Povidone Iodine Swab or Pad 6. Alcohol Swab or Pad 7. One (1) Each 2 x 2 Gauze Pad 8. Adhesive Dressing 9. One (1) Each 21 or 23 Gauge x 1? Needle 10. Labeled Biohazard Bag for Transport 11. Patient ID Label INTENDED USE ? Sterile sampling of blood for blood gas determination. NOTE: ITEM 1 WAS ALSO LISTED IN THE SOURCES SOUGHT NOTICE POSTED IN MARCH, HOWEVER, THERE HAVE BEEN CHANGES MADE TO CRITERIA 1 AND 9. SAMPLES SHOULD BE RE-SUBMITTED. ITEM 2. NEEDLELESS SYSTEM (Samples: 1 Box of each product 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. Latex Free 2. Needleless System products to include: 3. Luer Lock Needle Free Valve Port with Priming Volume of 0.1 ml or less, One Piece Component Construction 4. Luer Lock Extension Set with Sliding Clamp and tubing of Other Lengths Available (info only) 5. Access Device with Shielded Spike Action, One-Way Valve, and Secure Attachment to System. Single Piece Component Construction 6. Dispensing Pin with Shielded Spike Action and One-Way Valve. Single Piece Component Construction. 7. Sterile Packaging INTENDED USE ? A needless system to provide direct infusion of fluids or administration of medications along with piggybacking on existing IV system. System to allow aspiration of medications from a vial without the use of needles. ITEM 3. THERMOMETER SYSTEM (Samples: 1 of each product to be evaluated plus 2 boxes of probe covers) 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. The thermometer system will have an outlet for one probe only 2. Two separate units (One Oral ? One Rectal) 3. The thermometer system will have clearly identifiable oral and rectal probes available 4. Thermometer holder for wall mounting available 5. The cord of either the oral or rectal probes shall be coiled to extend at least four feet 6. The unit will measure and display an oral temperature in less than ten seconds 7. The unit will measure and display a rectal temperature in less than twenty seconds 8. Recovery time for thermometer for successive temperatures should be less then 30 seconds 9. The unit will give an audible alert and visual read out when a temperature measurement is complete 10. The thermometer is able to measure temperatures from 90 degrees to 108 degrees Fahrenheit. (32 degrees to 42.2 degrees Celsius) 11. The accuracy of the thermometer within the stated temperature range is +/-0.2 degrees Fahrenheit or +/-0.1 degree Celsius. 12. The thermometer system must have ability to detect a defective probe 13. The thermometer system will display a low battery indicator 14. The thermometer temperature can be easily toggled from degrees Fahrenheit to degrees Celsius. (easily toggled button or switch) 15. The thermometer shall have a pulse timer to calculate a patient's pulse. (info only) 16. The unit shall be able to recall the last temperature taken 17. One handed operation to remove and replace probe covers 18. Instructions for cleaning thermometer unit included 19. The thermometer battery shall last for a minimum of 5000 readings under normal conditions (Documentation required) 20. Instructions for reconfiguration with every battery change 21. Specify replacement battery 22. Meets ASTM E 1112-86 standard 23. User and Maintenance in-service provided 24. Monitor will be readable in the dark. 25. An audible and visual indication of electronic or mechanical failure 26. Latex-free probe cover 27. Warranty information (info only) INTENDED USE - This device is for the periodic measurement of oral, axillary, or rectal temperatures of outpatients and inpatients. ITEM 4. YANKAUER SUCTION TIPS (Samples: 12 of each product 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 2. Sterile packaging 3. Single component to include bulb tip and universal tubing connection 4. Transparent 5. With and without suction control vent 6. Smooth non-jagged tip 7. w/Sterile tubing included (info only) 8. Open tip available (info only) 9. Latex free 10. Radio-opaque marker available (info only) 11. Stiff, shatterproof construction 12. Non-slip grip (e.g. ribbed) INTENDED USE - For aspiration of fluids and debris from body cavities or orifices ITEM 5. POOLE SUCTION TIPS (Samples: 12 of each product 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 2. Sterile packaging 3. Smooth non-jagged edges on tip and sheath 4. Sterile tubing included available (info only) 5. Latex free 6. Radio-opaque marker on sheath and tip (info only) 7. Stiff, Shatterproof construction 8. Non-retractable sheath 9. Secure sheath locking mechanism 10. Suction vent available (info only) 11. Minimum of 100 eyes in sheath 12. Universal tubing connection Intended Use: Used in the operating room for sump suction of fluid from body cavities. ITEM 6. FRAZIER SUCTION TIPS (Samples: 12 of each product 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 2. Sterile packaging 3. Sizes to include 8 to 14 French with larger sizes available 4. Flexible stylet included 5. Flexible shaft 6. Smooth non-jagged tip 7. Sterile tubing included available (info only) 8. Olive tip models available (info only) 9. Latex free 10. Radio-opaque marker available (info only) 11. Universal tubing connection 12. Non-slip grip (e.g. ribbed) INTENDED USE ? For finger-tip controlled aspiration of blood and/or fluids in confined surgical fields. ITEM 7. ELASTIC BANDAGES (Samples: 1 Box of each size of each product 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. Cotton-blend knit fabric construction 2. Individually wrapped 3. Variety of widths to include 2?, 3?, 4? and 6? 4. Consistent stretch (good memory return to 95% original length) 5. Non-adherent elastic 6. Secure fasteners (clip or hook and loop) 7. Non-abrasive edges & surfaces 8. Easy to open package 9. Minimum of five yards stretched (e.g. 3 yards unstretched to 5 yards stretched) 10. Sterile available or written instructions to sterilize bandage 11. Free of raveling and loose threads ITEM 8. ELASTIC BANDAGES, LATEX FREE (Samples: 1 Box of each size of each product 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. Cotton-blend knit fabric construction 2. Individually wrapped 3. Variety of widths to include 2?, 3?, 4? and 6? 4. Consistent stretch (good memory return to 95% original length) 5. Non-adherent elastic 6. Secure fasteners (clip or hook and loop) 7. Non-abrasive edges & surfaces 8. Easy to open package 9. Minimum of five yards stretched (e.g. 3 yards unstretched to 5 yards stretched) 10. Sterile available or written instructions to sterilize bandage 11. Free of raveling and loose threads 12. Latex free ITEM 9. TUBULAR ELASTIC NET BANDAGES (Samples: 2 Boxes of each product to be evaluated in 3 representative sizes to include Small [Size ? or 1] Medium [Approximately Size 5] and Large [Size 10 or 11]) 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. Sizes to include 1 through 10 2. Other sizes available (info only) 3. Minimum of 10-yard roll unstretched 4. Easy access to beginning of roll in box 5. Elastic net construction 6. Low linting 7. Contours to the body 8. Latex free available 9. Sterile product available or instructions for sterilization of elastic net bandage 10. Please include a Sizing Chart with Samples If Available) INTENDED USE - A light open-meshed fabric to secure a dressing
 
Web Link
RFI VANAC-SSN-070302
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-070302)
 
Record
SN00110704-W 20020705/020704052341 (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.