Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOURCES SOUGHT

65 -- Sources Sought Notice for Medical/Surgical Products

Notice Date
9/27/2002
 
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-092602B
 
Point of Contact
Point of Contact - Susan Proctor, Contract Specialist, (708) 786-5= 182, Contracting Officer - Susan Proctor, Contract Specialist, (708) 786-51= 82
 
E-Mail Address
Email your questions to Susan Proctor
(susan.proctor@med.va.gov)
 
Description
SUBJ: Sources sought for medical/surgical items=20 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=92s purchasing of products.=20 BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. A Request for Quotation (RFQ) will be issued at a later date. =20 Potential offerors 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.=20 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. =20 NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, AND MEXICO).=20 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.acqnet.gov/far/current/html/Subpart_25_1.html#1046559.=20 All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer=92s name.=20 Offerors must also include any corresponding detailed product literature with the samples. Detailed product literature should include, but not 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. Offerors must include a copy of the evaluation criteria with their samples and identify where in the product literature each individual criteria is addressed. If the product literature does not clearly address any of the criteria information, offerors must provide this information on company letterhead addressing the stated criteria. In addition, please provide company name, address, contact person and telephone number for questions pertaining to submitted samples. Also, please provide the company name, address, contact person and telephone number of where any resulting Request for Quotation (RFQ) should be sent. If detailed literature or sufficient information addressing the evaluation criteria is not received with the samples, the technical evaluation panel will be unable to fully evaluate the samples and the products will be eliminated from further consideration. Offerors are requested to provide procurement history data for the products submitted for evaluation. Please provide total quantities for each product sold to the VA in the previous 12-month period. This information will be used to verify the accuracy of the estimated quantities identified in the Request for Quotation (RFQ). 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 an FSS contract will be eliminated from the competition prior to any subsequent BPA award. For additional information in obtaining an FSS contract, please contact James Booth, Federal Supply Schedule Service at 708/786-5183. Offerors who have a current FSS contract, must ensure that product samples submitted in response to this Sources Sought Notice are included on their FSS contract prior to any subsequent BPA award. 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 Quotation. Current FSS contract holders must provide a copy of their current FSS pricelist with their samples. If you do not have a current FSS contract, please indicate if a proposal has been submitted to begin the procurement process that will result in an FSS contract. 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 make a subjective determination as to which products are acceptable.=20 **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** =20 SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN OCTOBER 23, 2002. Companies not submitting samples by the above date may be eliminated from consideration on any subsequent procurement action for these items.=20 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 14. CENTRAL LINE DRESSING CHANGE KIT (Samples: 20 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. =09Latex free 2. =09Sterile 3. =09Single-patient use 4. =09Consists of: =20 =B7=09Intact, impervious CSR overwrap to establish sterile field =B7=09Setup of kit shoud have mask outside of CSR wrap and a pair of gloves placed inside CSR wrap accessible without contaminating the remaining contents =B7=09Gloves, powder free, 1 pair =B7=09Alcohol swabsticks impregnated with a minimum of 70% alcohol, package of 3 Chlorhexadine swabsticks, 2% base preparation solution, package of 3 =B7=091 Gauze 3=94 X 3=94 =B7=091 Gauze 2=94 X 2=94 =B7=091 Moisture vapor permeable (MVP) dressing approximately 3-1/2=94 by 4-1/2=94 such as, either Tegaderm HP or Opsite 3000, or comparable quality=20 =B7=091 Skin barrier preparation =B7=091 Roll of tape, transparent, 1=94 wide, minimum of 18=94 long =B7=09Dressing change label =B7=091 Face mask 5.=09Outer wrapper must allow for easy access to contents 6.=09Item contained in kit must be arranged in order of use INTENDED USE =96 To facilitate sterile dressing change of central lines ITEM 15. DISPOSABLE SUCTION CANISTERS (Samples: 2 of each size with tubing and 2 of each size without tubing) 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.=09Disposable-single patient use 2.=09A device to prevent aspiration back into the vacuum source line 3.=09Filter of at least 0.3 microns on the vacuum port 4. =09Pour spout ortho/vacuum available 5. =09Must have 2 sizes: =B7=09One between 1000 to 1500cc size =B7=09One between 2000 to 3000cc size 6. =09With and without tubing (minimum of 6 feet tubing) 7.=09Accessories provided by the company including wall mounts, floor stand holders,=20 =09and vacuum hose (no charge for initial setup) 8. =09Non compressible 9. =09Shatterproof 10.=09Leak proof 11.=09Transparent 12.=09Legible graduations every 50cc and marked at 100cc 13.=09Caps for all ports 14.=09All ports labeled 15.=09A separate locking and non-removable lid INTENDED USE =96 For sealed collection and containment of aspirated body fluids ITEM 16.=20 SUCTION CANISTER LINERS (Samples: 2 of each with tubing and 2 of each without tubing plus 1 canister holder for each size) 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.=09Disposable-single patient use 2. =09A device to prevent aspiration back into the vacuum source line 3.=09Filter of at least 0.3 microns on the vacuum port 4. =09Pour spout ortho/vacuum available 5. =09Must have 2 sizes: =B7=09One between 1000 to 1500cc size =B7=09One between 2000 to 3000cc size 6. =09With and without tubing (minimum of 6 feet tubing) 7. =09Accessories provided by the company including wall mounts, floor stand holders,=20 =09and vacuum hose (no charge for initial setup) 8. =09Leak proof 9. =09Transparent 10.=09Caps for all ports 11.=09All ports labeled 12.=09One piece construction 13.=09Secure fitting of liner to suction canister 14.=09Canister holder provided including the following salient characteristics: =B7=09Shatterproof =B7=09Legible graduations every 50cc and marked at 100cc =B7=09Non compressible INTENDED USE =96 For sealed collection and containment of aspirated body fluids=20 ITEM 17. BEDSIDE WASTE BAG (Samples: 10 of each bag 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.=09Approximate size 6=94 X 11=94 X 3=94 2. =09Disposable-single patient use 3. =09Flame retardant (info only) 4. =09Impervious lining or bag 5. =09Two pre-attached self adhesive tabs at top of bag 6. =09Non-transparent bag 7. =09Tear resistant=20 INTENDED USE =96 Used for collecting bedside waste material ITEM 18. FACIAL TISSUES (Samples: 2 boxes of each size and type 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.=09Assorted packaging to include approximately 50, 100 and 200 per box in all sizes 2.=09White in color 3. =09Softness 4. =09Approximate 8-1/2 X 6 size tissue 5. =09Unscented 6. =092-ply 7. =09Easy to dispense INTENDED USE =96 No intended use needed ITEM 19. KNEE IMMOBILIZERS (Samples: 2 of each in universal size and 2 of each in extra large (if available in both) 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.=09Need universal or small through X-Large 2. =09Must have 18=94, 20=94, 22=94, 24=94 inches in length available 3. =09Other lengths available (info only) 4. =09Disposable-single patient use 5. =09Durable 6. =09Must have a removable rigid posterior stay 7. =09Adjustable stays 8. =09Secure hook and loop closure 9. =09Comfortable 10.=09Non-abrasive foam laminate padding 11.=09Lightweight 12.=09Fenestration in front of knee 13.=09Easy to apply 14.=09Instructions for use on each individual package or product INTENDED USE =96 To support and stabilize the leg or knee ITEM 20. NASAL CANNULAS (Samples: 6 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.=09Disposable-single patient use 2.=09Oxygen supply tubing equal to or longer than 6 feet 3.=09Latex free 4. =09Tubing must be: =B7=09Crush resistant =B7=09PVC tubing =B7=09Clear =B7=09Anti-kink =B7=09Flexible =B7=09Minimal memory 5.=09Soft, easily adjustable, non-slipping, lariat style fitting 6.=09Flared and non-flared, soft nasal nebulae INTENDED USE =96 Intra nasal administration of oxygen in low to medium concentrations ITEM 21. PPE SHOE COVERS (Samples: 2 boxes or bags of medium and x-large 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.=09Various sizes to include small through x-large 2.=09Disposable 3. =09Barrier Effectiveness:=20 meets ASTM standards 1670/1671 4. Packed in non-corrugated boxes or liner than that can be removed 5. =09Non-skid sole 6. =09Elastic or tie ankle gusset 7. =09Durable 8. =09Easy to apply 9. =09Sealed impervious seams 10.=09Mid calf length with elastic gusset INTENDED USE =96 Shoe covers used to protect the feet from blood or body fluids ITEM 22. ENVIRONMENTAL SHOE COVERS (Samples: 2 boxes or bags of medium and x-large 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.=09Various sizes to include small through x-large 2. =09Disposable 4. =09Packed in non-corrugated boxes or liner than that can be removed 5. =09Non-skid sole 6. =09Elastic or tie ankle gusset 7.=09Durable 8. =09Easy to apply INTENDED USE =96 Shoe cover designed to protect the environment =20 ITEM 23. BLOOD PRESSURE CUFF DISPOSABLE (Samples: 2 medium and 2 x-large of each cuff 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.=09Disposable-single patient use 2.=09Variety of sizes pediatric through extra large 3. =09Latex-free available 4. =09Universally adaptable to most non-invasive blood pressuring monitoring devices =20 5. =09Instructions for cleaning 6. =09Instructions for use 7. =09One tail/two tail, with and without bulb 8.=09Hook and loop closure 9.=20 =09Uniform bladder inflation 10.=09Non-abrasive skin contact surface 11.=09Marking for appropriate placement of cuff INTENDED USE =96 Used for monitoring blood pressure in an environment with a potential for contamination/soiling=20 ITEM 24. REUSABLE BLOOD PRESSURE CUFF (Samples: 2 medium and 2 x-large of each cuff 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.=09Variety of sizes pediatric through extra large 2. =09Latex-free available 3. =09Universally adaptable to most non-invasive blood pressuring monitoring devices =20 4.=09Instructions for cleaning 5. =09Reusable 6. =09Replaceable components such as bulbs, bladder, and outsidecover 7. =09Instructions for use 8. =09One tail/two tail, with and without bulb 9. =09Hook and loop closure 10.=09Uniform bladder inflation 11.=09Non-abrasive skin contact surface 12.=09Marking for appropriate placement of cuff 13.=09Durable=20 INTENDED USE =96 Used for non-invasive monitoring of blood pressure on multiple patients ITEM 25. HAND-HELD SPHYGMOMANOMETER SYSTEM (Samples: 2 of each system 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.=09Aneroid 2. =09Reusable 3. =09Pre-calibrated that meets AAMI standard +/- 3mm of HG (SP9) =20 4. =09Recalibration capability 5. =09Cuff to include: =B7=09Variety of sizes pediatric through extra large =B7=09Latex free available =B7=09Instructions for cleaning =B7=09Reusable =B7=09Replaceable components such as bulbs, bladder, and outside cover =B7=09Instructions for use =B7=09Hook and loop closure =B7=09Uniform bladder inflation=20 =B7=09Non-abrasive skin contact surface =B7=09Marking for appropriate placement of cuff =B7=09Durable 6.=09Easy to read 7.=09Easy to clean 8.=09Ease of use 9.=09Control of deflation easy 10.=09Right and left hand use INTENDED USE =96 A system for non-invasive measurement and/or monitoring of blood pressure on multiple patients ITEM 26. WALL MOUNTED SPHYGMOMANOMETER SYSTEM (Samples: 1 of each system 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.=09Aneroid 2.=09Reusable 3.=09Pre-calibrated that meets AAMI standard +/- 3mm of HG (SP9) =20 4. =09Recalibration capability 5. =09Hardware to mount unit provided 6.=09Spring style tubing from the wall unit to cuff at least six feet in length 7. =09Cuff to include: =B7=09Variety of sizes pediatric through extra large =B7=09Latex free available =B7=09Instructions for cleaning =B7=09Reusable =B7=09Replaceable components such as bulbs, bladder, and outside cover =B7=09Instructions for use =B7=09Hook and loop closure =B7=09Uniform bladder inflation=20 =B7=09Non-abrasive skin contact surface =B7=09Marking for appropriate placement of cuff =B7=09Durable 8.=09Easy to read 9. =09Approximate 5X5 size 10.=09Easy to clean 11.=09Ease of use 12=09Control of deflation easy 13.=09Right and left hand use INTENDED USE =96 A system for non-invasive measurement and/or monitoring of blood pressure on multiple patients *****NOTE: A SECOND SOURCES SOUGHT NOTICE HAS ALSO BEEN ISSUED FOR ADDITIONAL PRODUCTS. PLEASE SEARCH FOR VANAC-SSN-092602A TO ACCESS INFORMATION ON THE ADDITIONAL PRODUCTS.*****
 
Web Link
RFI VANAC-SSN-092602B
(http://www.bos.oamm.va.gov/solicitation?number=3DVANAC-SSN-092602B)
 
Record
SN00177528-W 20020929/020927213407 (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  © 1994-2020, Loren Data Corp.