Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

65 -- sterile and non sterile gown and towel reprocessing services

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA-257-10-IB-0102
 
Response Due
1/28/2010
 
Archive Date
2/12/2010
 
Point of Contact
Marilyn ClayburnContract Specialist
 
E-Mail Address
marilyn.clayburn@va.gov
(marilyn.clayburn@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The VA North Texas Health Care System, 4500 S. Lancaster Road, Dallas, TX, 75216 is seeking sources capable of providing sterile and non-sterile gown and towel reprocessing services as listed in the statement of work listed below. Companies capable of providing these services must respond in writing to the attention of the Contracting Officer listed in this announcement. (Marilyn.clayburn@va.gov), by 4:00 pm, local time, January 28, 2010. Responses must also provide their business size (large, small, 8a, hub-zone, woman-owned small business, service-disabled veteran-owned small business, veteran-owned small business). This announcement is a request for information only, a solicitation will be issued at a later date.STATEMENT OF WORK (SOW) A.1. Contractor shall make daily deliveries, Monday through Friday, excluding federal holidays, between the hours of 6:00 and 7:00 AM to the Dallas Veterans Medical Center, 4500 S. Lancaster Road Dallas, TX. Delivery sites shall be identified after contract award and are subject to change. A.2. The Contracting Officer's Technical Representative from SPD shall call in replenishment order by 2:00 PM, one day before the garments are required at the medical center. A.3. Each gown shall be individually wrapped and contain a sterile huck radopaque towel. Gowns and towels shall be dark green. The towels shall be hucka-back type and made of 100% cotton. A.4. The contractor shall deliver clean gowns and towels to Radiology, SPD and the Cardiac Cath. Laboratory, as well as retrieve their soiled gowns and towels. Radiology, SPD and the Cardiac Cath. Lab shall be invoiced separately. A.5. Service performed under this contract is a complete off-site reprocessing service. A.6. Service shall include/consist of: 1.Daily pick up and delivery 2.A dedicated reusable inventory specific to each medical center department 3.A validated decontamination, wash and drying process 4.Each gown shall be inspected after each washing on a light table to insure that there are no penetrations, rips, tears or frayed areas. 5.The Contractor shall have the capability to test, repair log and track each item. The tracking system must provide data regarding garment variability as required by JCAHO. 6.The service shall include packaging and sterilization capabilities. The configuration of packs shall meet the VA hospital's specifications. Each pack shall contain one gown folded in the standard walk-in donning, as well as one hand towel in the envelope wrap sealed in a peel-a part pouch. The sterilization cycle must be validated for all products. The sterilization efficacy must be validated by a daily spore test and mechanical evidence of sterilization for each load (i.e., strip chart, chemical indicator). The towel wrap material shall be of the same material and color as the liquid proof part of liquid proof gown. The products included in this service shall be: STERILE STAND GOWNS, STERILE LIQUID PROOF GOWNS AND BULK STERILE RADOPAQUE TOWELS. The BULK STERILE TOWELS shall not be mixed by color: they shall be packed separately (4 green towels to a package and 4 white towels to a package). In addition, soiled item hamper bags shall be provided at no charge to the Dallas VA Medical Center in quantities of 100 per case to be delivered on an "as needed basis". A.7. The facility used to process these products shall be registered with the FDA, operated in compliance with GMP and follow written Standard Operating Procedures (SOPs). A.8. BILLING: All services shall be billed on a per use basis and billed monthly in arrears. In addition, for the convenience of the Government, the billing shall breakdown the price for the three (3) services A.9. A retrieval system, as determined by the Government, shall be provided, at no charge to the Dallas VA Medical Center, to aid in the segregation and removal of soiled products. The system shall include: (a.)Impervious hamper bags, which incorporate sealed seams and are clearly labeled as to its "Bio-hazardous" contents. The labeling shall include the word "Bio-Hazardous" as well as the "Bio-Hazardous" symbol. Impervious hamper bags shall be delivered upon request and at no cost to the Dallas VA Medical Center. (b.)Hamper stands shall be provided for the above hamper bags in each operating room and any other area where reusable items are used. There shall be a total of thirty (30) hamper stands. These stands shall be repaired and replaced as needed. (c.)A fully contained, closed, lockable cart system shall be employed for the retrieval of hamper bags. The system shall be clearly labeled as to its "Bio-Hazardous" contents. A total of eight (8) lockable carts shall be delivered to the Dallas VA Medical Center for the Cardiac Lab, SPD, Radiology and the Operating Room(s). Sterile carts must be convertible to soiled carts and possess the capability to house full hamper loads. A.10. The service shall include the support of a Nurse Consultant to aid in product in-servicing and optimizing pack configuration. The Nurse Consultant shall be available to the hospital by telephone "as needed" basis to address and resolve problems. The response time after each call shall be one (1) hour. A.11. The Dallas Veterans Medical Center shall make no capital investment. All products provided are the property of the contractor, who shall be responsible for their maintenance and replacement. A.12. The Contractor shall be responsible for identifying and returning hospital owned property inadvertently mixed with the Contractor's laundry. A.13. The Contractor shall monitor the barrier quality of the linen products to insure that products exhibiting unacceptable properties are culled. Also, in addition to tracking the number of uses of an individual product, physical testing of all products must take place at predetermined intervals to insure product acceptability. This in-process testing must be correlated with the actual barrier properties of the linen. A.14. Contractor must produce before contract award a written contingency plan that deals with equipment failure before contract award. B.PROCESSING SPECIFIC REQUIREMENTS B.1. A Quality Assurance System must be documented and in place to insure that the quality and barrier properties of products are not compromised. The system shall include: full inspection of each item between every use; light table inspection of linen items to detect holes; barrier testing of products at levels to insure barrier properties are acceptable; and testing and inspection results shall be available on demand by the Dallas VA Medical Center. B.2. Implement a system to record the number of uses for each product that possess' essential barrier properties. At the minimum this will include gowns. B.3. The Contractor shall use "state of the art" equipment to wash, dry and sterilize all products. B.4. The trucks used to deliver the product(s) shall be compartmentalized to make certain that clean products are not mixed with soiled products. In addition, between deliveries/pick-ups the truck must under go decontamination. B.5. The facility shall be in compliance with Good Marketing Practices (GMP) as required by the FDA. In addition, facility operation procedures must be maintained and made available to the Dallas VA Medical Center. B.6. The sterilization process shall be validated with a minimum SAL of 10-6. A biological indicator shall operate concurrently with each load. B.7. The processing facility shall repair, and test after repairing, all products requiring restoration. In addition, the contractor shall maintain a log of all products restored to use, which shall be made available to the Dallas VA Medical Center. B.8. All processes used to wash, dry, decontaminate and sterilize products must be validated and recorded. B.9. The Contractor shall be responsible for all product repairs. C. PRODUCT SPECIFIC REQUIREMENTS C.1. Gowns: At a minimum, two levels of protection shall be required in the gown offering. a.Liquid Protection - This product shall be constructed with 100% (GORTEX) polyester micro-fiber material. In addition, the product shall contain a durable liquid repellant treatment that lasts the life of the product. Cotton and poly-cotton panels and components are unacceptable. b.General Gown Requirements - Both liquid and liquid proof shall be available. All styles of gowns in a full range of sizes from Medium to XX Large, X Large and Large shall be made available. Snaps, not ties, shall be used to close necks. Ties shall be used for waist closures. The micro-fiber used in the construction of the gown shall be antistatic. Gowns shall be folded for standard "walk in" donning and gowns shall be made available as singled put ups. C.2. Towels: The Contractor shall furnish sterile huckable Radiopaque towels approximately 14" X 24". (a)Fan-folded, four(4) per package in an envelope wrap and sealed in a peel-a-part pouch (b)The towels shall be colored green or blue with the option to order white. (c)Bulk towels fan folded (Non Sterile) (d)Bulk towels flat (Non Sterile) D. PERSONNEL D.1. The contractor shall use customary commercial practices for medical linen as established by the Joint Commission of Accreditation of Healthcare Organizations (JCAHO) and the National Association of Institutional Linen Management (NAILM).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA-257-10-IB-0102/listing.html)
 
Place of Performance
Address: VA North Texas Health Care System;4500 S. Lancaster Road;Dallas, TX
Zip Code: 75216
 
Record
SN02047086-W 20100123/100121235536-300f878300fd741449e503a3e8d67425 (fbodaily.com)
 
Source
FedBizOpps 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.