Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
MODIFICATION

65 -- Sources Sought Notice for Wound Care Products

Notice Date
7/16/2003
 
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-071003
 
Response Due
7/28/2003
 
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 Wound Care Products This is a Market Survey and Request for Samples to locate potential sources for the standardization of various wound care products. 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 Wound Care User Group, a group of VA 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: 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 28, 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 1. PACKING GAUZE (Samples: 6 bottles of each 1/2" plain and each 1/2" iodoform 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. Multiple widths to include approximately 1/4", 1/2", 1_, and 2_ (Will be evaluated by a review of the product literature) 2. Length should be approximately 5 yards in one continuous strip (Will be evaluated by a review of the product literature and physical inspection) 3. Must be available in both plain and iodoform (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. Tamper-proof seal (Will be evaluated by a review of the product literature and physical inspection) 6. 100% cotton (Will be evaluated by a review of the product literature) 7. Woven (Will be evaluated by a review of the product literature and physical inspection) 8. Non-raveling (Will be evaluated by a review of the product literature and physical inspection) 9. Non-linting (Will be evaluated by a review of the product literature and physical inspection) 10. Easy to remove from bottle (Will be evaluated by simulated use) 11. Single patient use (Will be evaluated by a review of the product literature) INTENDED USE _ Sterile absorbent gauze, suitable for use as packing or wicking of draining wounds or small cavities. ITEM 2. NON-ADHERENT GAUZE DRESSINGS (DRY TYPE) (Samples: 2 boxes of each 3 x 4 and 3 x 8 dressing 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. Sterile (Will be evaluated by a review of the product literature and physical inspection) 2. Assorted sizes in include approximately 3 x 4 and 3 x 8 (Will be evaluated by a review of the product literature and physical inspection) 3. Non-adherent pad (Will be evaluated by a review of the product literature and physical inspection) 4. Non-adhesive (Will be evaluated by a review of the product literature and physical inspection) 5. Non-woven (Will be evaluated by a review of the product literature and physical inspection) 6. Pad composition must be absorbent cotton, rayon, or cellulose (Will be evaluated by a review of the product literature) 7. Packaging is easy to open and maintains sterility (Will be evaluated by simulated use) 8. Cover composition: Must be bonded on both sides with perforated non-adherent film (Will be evaluated by a review of the product literature and physical inspection) 9. Dressing stays intact during removal (Will be evaluated by simulated use) 10. Instructions for use (Will be evaluated by a review of the product literature and physical inspection) 11. Non-corrugated box (Will be evaluated by a review of the product literature and physical inspection) 12. Expiration dated (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE _ To be used as a primary non-adherent dressing for lightly draining wounds. ITEM 3. NON-ADHERENT ADHESIVE GAUZE (DRY TYPE) (Samples: 2 boxes of each 3 x 4 and 4 x 10 gauze 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. Sterile (Will be evaluated by a review of the product literature and physical inspection) 2. Assorted sizes in include approximately 3 x 4, 4 x 8, 4 x 10, and 4 x 14 including adhesive border (Will be evaluated by a review of the product literature and physical inspection) 3. Non-adherent pad (Will be evaluated by a review of the product literature and physical inspection) 4. Conformable, fabric type, adhesive border (Will be evaluated by a review of the product literature and physical inspection) 5. Immediate adhesion when applied (Will be evaluated by simulated use on intact skin) 6. Hypoallergenic adhesive (Will be evaluated by a review of the product literature) 7. Pad composition must be absorbent cotton, rayon, or cellulose (Will be evaluated by a review of the product literature) 8. Packaging is easy to open and maintains sterility (Will be evaluated by simulated use) 9. Cover composition: Must be bonded on contact side with perforated non-adherent film (Will be evaluated by a review of the product literature and physical inspection) 10. Dressing stays intact during removal (Will be evaluated by simulated use) 11. Instructions for use (Will be evaluated by a review of the product literature and physical inspection) 12. Non-corrugated box (Will be evaluated by a review of the product literature and physical inspection) 13. Expiration dated (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE _ To be used as a primary non-adherent, adhesive, dressing for acute surgical incisions. ITEM 4. HEEL PROTECTORS (2-Piece) (Samples: 3 each of 2-piece sets or 1 shell and 3 inserts 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. Fabric pillow boot insert (Will be evaluated by a review of the product literature and physical inspection) 2. Washable (Will be evaluated by a review of the product literature and physical inspection) 3. Hook and loop closure with smooth patient contact surface (Will be evaluated by a review of the product literature and physical inspection) 4. Instructions for use (Will be evaluated by a review of the product literature and physical inspection) 5. Non-foam type (Will be evaluated by a review of the product literature and physical inspection) 6. Heel does not bottom out (Will be evaluated by simulated use) 7. Outer shell (Will be evaluated by a review of the product literature and physical inspection) 8. Outer shell should not be larger than the pillow boot insert (Will be evaluated by physical inspection and simulated use) 9. No rough seams in the heel or ankle region (Will be evaluated by physical inspection) 10. Durable construction, seams appear secure (Will be evaluated by physical inspection) INTENDED USE _ This device is for low-level reduction of pressure, friction, and shear on the heels. ITEM 5. SELF-ADHERENT ELASTIC WRAP (Samples: One dozen sterile in a variety of sizes and One dozen non-sterile in a variety of sizes for 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. Assorted widths to include approximately 1_, 2_, 3_, 4_, and 6_ (Will be evaluated by a review of the product literature) 2. Length must be approximately 5 yards when stretched (Will be evaluated by a review of the product literature and physical inspection) 3. Cohesive layer adheres to itself (Will be evaluated by physical inspection and simulated use) 4. Must be available in both sterile and non-sterile (Will be evaluated by a review of the product literature and physical inspection) 5. Maintains width during application (Will be evaluated by simulated use) 6. Latex-free product available (Will be evaluated by a review of the product literature) 7. Layer conforms to contact surface (Will be evaluated by simulated use) 8. Stays intact during application (Will be evaluated by simulated use) INTENDED USE _ A self-adherent elastic wrap that can be used to secure IV_s, orthopedic devices, and dressings. 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-071003
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-071003)
 
Record
SN00372750-W 20030718/030716213441 (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.