Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOURCES SOUGHT

65 -- Sources Sought Notice for Reusable Underpads

Notice Date
3/19/2004
 
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-031804
 
Response Due
4/8/2004
 
Point of Contact
Point of Contact - Loretta Hendrix, Contract Specialist, Ph: (708) 786-4933, Fx:(708) 786-5256, Contracting Officer - Loretta Hendrix, Contract Specialist, Ph:(708) 786-4933, Fx:(708) 786-5256
 
E-Mail Address
Email your questions to Loretta Hendrix
(loretta.hendrix@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT FRAN DE ROSA AT 708-786-5921 _ FRAN.DEROSA@MED.VA.GOV or LORETTA HENDRIX AT 708-786-4933 _ LORETTA.HENDRIX@MED.VA.GOV SUBJ: Sources Sought Notice for Reusable Underpads This is a Market Survey and Request for Samples/Literature to locate potential sources for the standardization of various reusable underpads. 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 items to standardize VA_s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Rrequest for Qquotationss (RFQs) will be issued at a later date. Potential offerorsCompanies 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, LITERATURE, AND PRODUCT SPECIFICATIONS OF ALL ITEMS AVAILABLE THAT MEET OR EXCEED THE CRITERION 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. . 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, country of origin, and a listing of sizes, configurations, etc. available. Offerors must include a copy of the evaluation criterion 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 panelmay will be unable to fully evaluate the samples and the productscould will be eliminated from further considerationIf the detailed literature provided does not sufficiently address all of the listed criteria, the product may be eliminated from further consideration without further discussion. O fferors 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). **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.** Companies submitting samples are also encouraged to obtain Federal Supply Schedule (FSS) contracts for those products from the respective government contract office.VA intends to award Blanket Purchase Agreements (BPAs) against General Service Administration (GSA) and/or Federal Supply Schedule (FSS) contracts rather than issuing formal solicitations for the purpose of standardization. Those companies who do not havetheir products on a current GSA/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. For additional information in obtaining a GSA contract, please email smartshop@gsa.gov or telephone 212/264-0868. Offerors who have a current GSA/FSS contract, must ensure that product samples submitted in response to this Sources Sought Notice are included on their GSA/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 GSA/FSS contract holders must provide a copy of their current GSA/FSS pricelist with their samples. If you do not have a current GSA/FSS contract, please indicate if a proposal has been submitted to begin the procurement process that will result in a GSA/FSS contract. The VHA Environmental Management Service User Group, who has expertise and knowledge of the products, will review and technically evaluate any samples submitted. VA deems the members of the User Group to be experts in their field. Therefore, they are qualified to make a subjective determinatione as to which products are acceptable. Please send samples (number of samples required is stated below in _Reusable Underpad Criterion) and corresponding detailed product literature to: Department of Veterans Affairs, Consolidated Acquisition and Analysis Service (049A5S), ATTN: Mark Volin or 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 APRIL 8, 2004. 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 Fran De Rosa (708) 786-5921 or Loretta Hendrix (708) 786-4933. For additional information regarding submission of samples please contact Mark Volin (708) 786-7807 or Carl Hunter (708) 786-7783. REUSABLE UNDERPAD CRITERION PLEASE NOTE: Product samples will be subjected to six (6) laundering cycles at a VA laundry facility prior to evaluation of the following reusable underpad criterion. Please provide four (4) samples of each underpad that meets the below criterion. 1. Underpad must be reusable. Disposable underpads are unacceptable. (literature review and physical inspection) 2. Underpad must be leakproof and absorbent. Underpad shall hold up to 100 ml of fluid discharged in its center without channeling fluid off the underpad. (simulated use) 3. Underpad must be approximately 36_ x 34_ in size. (literature review and physical inspection) 4. Seams must be free from puckering, bulk and finished to prevent raveling with no openings. (physical inspection) 5. Underpad must be made of a three-layer construction. Surface layer of underpad must be made of 100% polyester. Soaker layer of underpad must be made of a maximum 75 polyester, minimum 25 rayon fabric blend. Literature must include weight of soaker layer in ounces. Barrier layer of underpad must be made of a polyurethane fabric. (literature review and physical inspection) 6. Underpad must be latex free. (literature review) 7. Underpad must have a permanent tag that identifies fabric, date of purchase, and VAMC. (physical inspection) 8. Underpad must be able to withstand commercial laundering and drying in accordance with manufacturer provided laundry instructions while maintaining clinical efficiency of the soaker layer for the life of the underpad (minimum 150 washings). (literature review) 9. Underpad must be free from bunching or wrinkling. (physical inspection) 10. Vendor must provide training to all clinical and textile care staff at the medical centers on proper care and use of the product. (literature review) 11. Variety of Colors. (literature review) (information only) 12. Winged underpads available. (literature review) (information only)
 
Web Link
RFI VANAC-SSN-031804
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-031804)
 
Record
SN00550543-W 20040321/040319211921 (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.