Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOURCES SOUGHT

65 -- Sources Sought Announcement for Medical/Surgical Products

Notice Date
10/14/2003
 
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-101403B
 
Response Due
10/31/2003
 
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 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: 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 OCTOBER 31, 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 6. WRIST SUPPORT WITH PALMAR STAY (Samples: 5 Medium and 5 Large of each product to be evaluated OR 10 Universal Size of each product to be evaluated. All sample submitted should be for the Right Hand) 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. Anatomically correct (Will be evaluated by a review of the product literature and physical inspection with simulated use) 2. Flexion, extension prevented (Will be evaluated by physical inspection and simulated use) 3. Comfortable and padded (Will be evaluated by physical inspection and simulated use) 4. Finished Edges (Will be evaluated by physical inspection) 5. Ease of Application (Will be evaluated by physical inspection with simulated use) 6. Single patient use (Will be evaluated by a review of the product literature and physical inspection) 7. Full range of sizes (X-Small through X-Large) or Universal Size for each hand (Will be evaluated by a review of the product literature) 8. Ambidextrous available (Information only) (Will be evaluated by a review of the product literature) 9. Directions for use (Will be evaluated by a review of the product literature and physical inspection) 10. Latex free available (Will be evaluated by a review of the product literature) 11. Hook and loop closure (Will be evaluated by a review of the product literature and physical inspection) 12. Thumb support available (Will be evaluated by a review of the product literature) 13. Cleaning instructions (Will be evaluated by a review of the product literature and physical inspection) INTENDED USE ? For orthotic support of the wrist. ITEM 7. WALKER , FOLDING, STRAIGHT LEG (Samples: 1 of each walker 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. Lightweight (less than 10 pounds) (Will be evaluated by a review of the product literature and physical inspection) 2. Height adjustable (32 inches to 36 inches with 1 inch variance acceptable) (Will be evaluated by a review of the product literature and physical inspection) 3. No less than 1 inch tubing frame construction (Will be evaluated by a review of the product literature and physical inspection) 4. Locking mechanism when walker is in the open position (Will be evaluated by a review of the product literature and physical inspection) 5. Non-slip padded handgrips (Will be evaluated by physical inspection and simulated use) 6. Non-slip rubber leg tips (Will be evaluated by physical inspection and simulated use) 7. Foldable to 4 inches (1/2 inch variance acceptable) for easy transport and storage (Will be evaluated by a review of the product literature and physical inspection) 8. Extra wide walker available (information only) (Will be evaluated by a review of the product literature) 9. Weight bearing capacity no less than 250 pounds (Will be evaluated by a review of the product literature) 10. Non-corrosive material construction (Will be evaluated by a review of the product literature) 11. Cleaning instructions included (Will be evaluated by a review of the product literature) 12. Leg (footpiece) extension option available (Will be evaluated by a review of the product literature) 13. Should be adjustable without tools (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 14. Plastic tips of glides available (information only) (Will be evaluated by a review of the product literature) ITEM 8. WALKER , FOLDING, WHEELED, with two front wheels (Samples: 1 of each walker 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. Lightweight (less than 10 pounds) (Will be evaluated by a review of the product literature and physical inspection) 2. Height adjustable (32 inches to 36 inches with 1 inch variance acceptable) (Will be evaluated by a review of the product literature and physical inspection) 3. No less than 1 inch tubing frame construction (Will be evaluated by a review of the product literature and physical inspection) 4. Locking mechanism when walker is in the open position (Will be evaluated by a review of the product literature and physical inspection) 5. Non-slip padded handgrips (Will be evaluated by physical inspection and simulated use) 6. Non-slip rubber leg tips (Will be evaluated by physical inspection and simulated use) 7. Foldable to 4 inches (1/2 inch variance acceptable) for easy transport and storage (Will be evaluated by a review of the product literature and physical inspection) 8. Extra wide walker available (information only) (Will be evaluated by a review of the product literature) 9. Weight bearing capacity no less than 250 pounds (Will be evaluated by a review of the product literature) 10. Non-corrosive material construction (Will be evaluated by a review of the product literature) 11. Cleaning instructions included (Will be evaluated by a review of the product literature) 12. Leg (footpiece) extension option available (Will be evaluated by a review of the product literature) 13. Should be adjustable without tools (Will be evaluated by a review of the product literature, physical inspection, and simulated use) 14. Plastic tips of glides available (information only) (Will be evaluated by a review of the product literature) 15. 2 Front wheels, 3 inch minimum diameter (Will be evaluated by a review of the product literature and physical inspection) 16. 5 inch diameter wheel option available (Will be evaluated by a review of the product literature and physical inspection) PLEASE SEE SOURCES SOUGHT NOTICE VANAC-SSN-101403A 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-101403B
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-101403B)
 
Record
SN00451990-W 20031016/031014213138 (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.