Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
MODIFICATION

65 -- Sources Sought Notice for Medical/Surgical Products

Notice Date
7/10/2003
 
Notice Type
Modification
 
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-070903B
 
Response Due
7/25/2003
 
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
IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT SUE PROCTOR AT 708-786-5182 OR SUSAN.PROCTOR@MED.VA.GOV SUBJ: Sources Sought Notice 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=92s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Request for Quotations (RFQs) will be issued at a later date. 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. Samples are to be provided at no charge and all samples submitted in response to this notice become property of the VA and will not be returned following the evaluation process. 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. NOTE: ALL SAMPLES SUBMITTED (INCLUDING THE INDIVIDUAL COMPONENTS OF ANY KITS) 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.acqnet.gov/far/current/html/Subpart_25_1.html#1046559. All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer's name. 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 contained in this notice 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 Blanket Purchase Agreements (BPAs) against FSS contracts rather than issuing formal solicitations for the purpose of standardization. Those companies who do not have a current 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. **Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Consolidated Acquisition and Analysis Service (049A5S), ATTN:=20 Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141** SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN JULY 25, 2003. Companies not submitting samples by this 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 7. ENEMA SET (Samples: 3 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. Disposable (Will be evaluated by a review of the product literature) 2. Non-leaking system (Will be evaluated by physical inspection by simulated use) 3. Graduated bag or bucket in 100ml increments (Will be evaluated by a review of the product literature) 4. Flexible non-kinking tube (Will be evaluated by a review of the product literature and physical inspection) 5. Tube greater than 54=94 in length (Will be evaluated by a review of the product literature and physical inspection) 6. 5-inch distal marking (Will be evaluated by a review of the product literature and physical inspection) 7. Shut-off clamp (Will be evaluated by physical inspection) 8. Pre-lubricated tip, or lube included in kit (Will be evaluated by physical inspection) 9. 1200-1500cc capacity (Will be evaluated by physical inspection) 10. Smooth rounded tip (Will be evaluated by physical inspection) 11. Ease of hanging unit (Will be evaluated by physical inspection) 12. Single patient use (Will be evaluated by a review of the product literature) 13. Castille Soap, liquid or powder packet (Will be evaluated physical inspection) INTENDED USE - Cleansing of the colon. ITEM 8. SCALPELS, DISPOSABLE (Samples: One (1) box or a minimum of 12 each of each scalpel 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-piece construction of a stainless steel blade and a plastic handle (Will be evaluated by a review of the product literature and physical inspection) 2. Non-slip plastic handle (Will be evaluated by a review of the product literature and simulated use) 3. Removable blade protector (Will be evaluated by a review of the product literature and physical inspection) 4. Sterile (Will be evaluated by a review of the product literature and physical inspection) 5. Sterile Presentation (Will be evaluated by a review of the product literature and physical inspection) 6. Disposable (Will be evaluated by a review of the product literature and physical inspection) 7. Single patient use (Will be evaluated by a review of the product literature) 8. A #10 blade attached to a #3 handle (Will be evaluated by a review of the product literature) 9. A #20 blade attached to a #4 handle (Will be evaluated by a review of the product literature) 10. A #11 blade attached to a #3 handle (Will be evaluated by a review of the product literature) 11. A #15 blade attached to a #3 handle (Will be evaluated by a review of the product literature) 12. Assorted other blade sizes available (information only - #12, #12B, #15) (Will be evaluated by a review of the product literature) 13. The blade cutting edge shall be sharp, well-defined, and have a uniform edge (Will be evaluated by a review of the product literature and simulated use) 14. Individually packaged (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE - For minor surgical procedures ITEM 9. NEBULIZER, SMALL VOLUME, HAND HELD (Samples: 10 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. Transparent reservoir approximately 5 ml to 10 ml (Will be evaluated by a review of the product literature and physical inspection) 2. Assorted reservoir sizes available (information only) (Will be evaluated by a review of the product literature and physical inspection) 3. Graduated markings on reservoir (Will be evaluated by a review of the product literature and physical inspection) 4. Delivers aerosol when tilted up to 90 degrees (Will be evaluated by a review of the product literature and physical inspection) 5. Anti-tip reservoir (Will be evaluated by a review of the product literature and physical inspection) 6. MMAD less than 2 microns (Will be evaluated by a review of the product literature) 7. 90% of the particles less than 4 microns (Will be evaluated by a review of the product literature) 8. 3 ml of Rx delivered in less than 12 minutes (Will be evaluated by a review of the product literature) 9. Resudual volume less than 1 ml. (Will be evaluated by a review of the product literature) 10. Leak-free screw top (Will be evaluated by a review of the product literature and physical inspection) 11. Nebulizer unit must contain the following: T-piece, mouthpiece, no less than 7-foot kink resistant tubing, standard tubing connector (Will be evaluated by a review of the product literature and physical inspection) 12. Adult mask available (information only) (Will be evaluated by a review of the product literature) 13. Can be adapted for in-line respiratory treatments (Will be evaluated by a review of the product literature) INTENDED USE - For administration of nebulized respiratory treatments. ITEM 10. JUMPSUITS, ENVIRONMENTAL (Samples: 1 Case or a minimum of 6 each of each jumpsuit 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. Non-sterile (Will be evaluated by a review of the product literature) 2. Latex free (information only) (Will be evaluated by a review of the product literature) 3. Assorted sizes available to include small, medium, large, extra large, 2x, 3x, 4x, and 5x (Will be evaluated by a review of the product literature) 4. Disposable (Will be evaluated by a review of the product literature) 5. One-time use (Will be evaluated by a review of the product literature) 6. Lightweight fabric (Will be evaluated by a review of the product literature and physical inspection) 7. Low-linting fabric (Will be evaluated by a review of the product literature and physical inspection) 8. Durable under conditions of simulated use (Will be evaluated by simulated use) 9. Does not tear when donning (Will be evaluated by simulated use) 10. Long sleeves with secure wrist (gusset or cuff) (Will be evaluated by physical inspection) 11. Garment has full body coverage from neck to ankle (Will be evaluated by literature review and physical inspection) 12. Secure zipper closure in front from pelvis to neck (Will be evaluated by simulated use) 13. Must meet Class 1, CPSC 16 CFR 1610 (Will be evaluated by a review of the product literature) INTENDED USE - To prevent transporting microorganisms or other contaminants from one area to another. ITEM 11. JUMPSUITS, PPE (Samples: One (1) case of a minimum or 6 each of each jumpsuit 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. Non-sterile (Will be evaluated by a review of the product literature) 2. Latex free (information only) (Will be evaluated by a review of the product literature) 3. Assorted sizes available to include small, medium, large, extra large, 2x, 3x, 4x, and 5x (Will be evaluated by a review of the product literature) 4. Disposable (Will be evaluated by a review of the product literature) 5. One-time use (Will be evaluated by a review of the product literature) 6. Fabric meets ASTM Standard 1670 dated 1997 (or the most current) (Will be evaluated by a review of the product literature) 7. Fabric meets ASTM Standard 1671 dated 1997 (or the most current) (Will be evaluated by a review of the product literature) 8. Fabric has low flammability, meets CPSC 16 CFR 1610 for Class 1 (Will be evaluated by a review of the product literature) 8. Durable under conditions of simulated use (Will be evaluated by simulated use) 9. Does not tear when donning (Will be evaluated by simulated use) 10. Long sleeves with secure wrist (gusset or cuff) (Will be evaluated by physical inspection) 11. Garment has full body coverage from neck to ankle (Will be evaluated by literature review and physical inspection) 12. Secure zipper closure in front from pelvis to neck (Will be evaluated by simulated use) 13. Secure closure at the ankle (information only) (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE - For protection from blood and body fluids in the normal performance of duties. NOT intended for use as environmental protection in the isolation setting. ITEM 12. TONGUE DEPRESSORS (Samples: 3 Boxes 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. Individually packaged (Will be evaluated by a review of the product literature and physical inspection) 2. Sterile (Will be evaluated by a review of the product literature and physical inspection) 3. Sterile presentation (Will be evaluated by a review of the product literature and physical inspection) 4. Splinter-free (Will be evaluated by physical inspection) 5. Smooth surface (Will be evaluated by physical inspection) 6. Made from close-grain, clear hardwood (Will be evaluated by a review of the product literature and physical inspection) 7. Disposable (Will be evaluated by a review of the product literature) 8. Single use (Will be evaluated by a review of the product literature) 9. Length =96 7=94 with plus or minus 1/4" variance (Will be evaluated by a review of the product literature and physical inspection) 10. Width =96 3/4" with plus or minus 1/64=94 variance (Will be evaluated by a review of the product literature and physical inspection) 11. Thickness =96 7/100=94 with plus or minus 5/1000=94 variance (Will be evaluated by a review of the product literature and physical inspection) 12. Rounded ends (Will be evaluated by physical inspection) 13. Parellel edges (Will be evaluated by physical inspection) 14. Non-corrugated box (Will be evaluated by a review of the product literature and physical inspection) 15. No less than 50 and no more than 100 per box (Will be evaluated by a review of the product literature and physical inspection) 16. Shelf-life information (Will be evaluated by a review of the product literature) PLEASE SEE SOURCES SOUGHT NOTICES VANAC-SSN-070903A AND VANAC-SSN-070903C FOR ADDITIONAL PRODUCTS IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT SUE PROCTOR AT 708-786-5182 OR SUSAN.PROCTOR@MED.VA.GOV
 
Web Link
RFI VANAC-SSN-070903B
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-070903B)
 
Record
SN00368474-W 20030712/030710213529 (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.