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-070903C
 
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's 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 13. TAPE, SEALING, STERILIZATION INDICATOR (Samples: 3 rolls of each gas and steam tape to be evaluated. Also 3 rolls of plasma tape if available) 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. Adhesive on one side (Will be evaluated by a review of the product literature and physical inspection) 2. Non-smudge, non-running, non-bleeding, writable surface before sterilization (Will be evaluated by physical inspection and simulated use) 3. Non-smudge, non-running, non-bleeding, writable surface after sterilization (Will be evaluated by physical inspection and simulated use) 4. Surface allow for affixing of sterilization lot control numbers (Will be evaluated by physical inspection and simulated use) 5. Chemical strip bar sterilization indicator (Will be evaluated by a review of the product literature and physical inspection) 6. Distinct color change after sterilization process (Will be evaluated by physical inspection and simulated use) 7. Aeration and storage have not affect on tape (Will be evaluated by physical inspection and simulated use) 8. Sterilization process does not reduce adhesiveness (Will be evaluated by physical inspection and simulated use) 9. Complete instructions for use (Will be evaluated by a review of the product literature and physical inspection) 10. Adheres to all sterilization packaging material (Will be evaluated by a review of the product literature and physical inspection by simulated use) 11. Three inch core for dispensing (Will be evaluated by a review of the product literature and physical inspection) 12. Steam tape is tan in color (Will be evaluated by a review of the product literature and physical inspection) 13. Gas tape is green in color (Will be evaluated by a review of the product literature and physical inspection) 14. Plasma tape available (information only) PLEASE NOTE - Although the criteria listed above will apply to the upcoming procurement, future criteria will include a requirement for the tape to be color-coded for gas or steam sterilization, and have "gas" or "steam" imprinted on the tape throughout the length of the tape. INTENDED USE - For closure of packs and to provide visual evidence that packs have been exposed to the sterilization process. ITEM 14. THORACIC CATHETERS (Samples: Three each of 24, 28, and 32 French Size for each of the five types of catheters 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. Assorted sizes from 16 to 40 French (Will be evaluated by a review of the product literature) 2. Five assorted types of catheters: Straight PVC, Right angle PVC, Trocar PVC, Straight Silicone, and Right angle Silicone (Will be evaluated by a review of the product literature) 3. Assorted lengths (information only) (Will be evaluated by a review of the product literature) 4. Rigid tube available (Will be evaluated by a review of the product literature) 5. Soft tube available (Will be evaluated by a review of the product literature) 6. Radio opaque marker for the entire length of the tube (Will be evaluated by a review of the product literature and physical inspection) 7. Graduated external marking at 2 cm intervals (Will be evaluated by a review of the product literature and physical inspection) 8. No fewer than 5 staggered smooth eyeholes (Will be evaluated by a review of the product literature and physical inspection) 9. Sterile (Will be evaluated by a review of the product literature and physical inspection) 10. Sterile Presentation (Will be evaluated by simulated use) 11. Single Use (Will be evaluated by a review of the product literature) 12. Smooth Surface (Will be evaluated by a review of the product literature and physical inspection) 13. Smooth, rounded tip (Will be evaluated by a review of the product literature and physical inspection) 14. Latex free available (information only) (Will be evaluated by a review of the product literature) 15. Shelf life information (Will be evaluated by a review of the product literature) 16. Must meet the most current ASTM Standard D1638 for tensile strength and elongation (Will be evaluated by a review of the product literature) 17. Must meet the most current ASTM Standard D2240 for hardness of material (Will be evaluated by a review of the product literature) 18. PVC catheters must meet the requirements of the United States Pharmacopea (USP) for toxicity (Class IV Plastics) (Will be evaluated by a review of the product literature) 19. Non-corrugated boxes (Will be evaluated by a review of the product literature and physical inspection) 20. Funnel-shaped universal connector (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE - For drainage of air and fluids from the thoracic cavity. ITEM 15. ARM SLINGS (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. Adjustable shoulder strap (Will be evaluated by a review of the product literature and physical inspection) 2. Padded shoulder strap (Will be evaluated by a review of the product literature and physical inspection by simulated use) 3. Easy to apply (Will be evaluated by simulated use) 4. Finished edges (Will be evaluated by a review of the product literature and physical inspection) 5. Secure hood and loop closure (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) 7. Single patient use (Will be evaluated by a review of the product literature) 8. Variety of styles available (information only) (Will be evaluated by a review of the product literature) 9. Variety of sizes available to include at a minimum =96 Small, Medium, Large, and Extra Large (Will be evaluated by a review of the product literature) 10. Universal size available (information only) (Will be evaluated by a review of the product literature) 11. Non-corrugated box (Will be evaluated by a review of the product literature and physical inspection) 12. Sling-swathes and shoulder immobilizers available (inforamtion only) (Will be evaluated by a review of the product literature) INTENDED USE - For support of injured arm or shoulder girdle. PLEASE SEE SOURCES SOUGHT NOTICES VANAC-SSN-070903A AND VANAC-SSN-070903B 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-070903C
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-070903C)
 
Record
SN00368475-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.