SOURCES SOUGHT
65 -- Sources Sought Notice for Medical/Surgical Products
- Notice Date
- 9/27/2002
- 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-092602A
- Point of Contact
- Point of Contact - Susan Proctor, Contract Specialist, (708) 786-5= 182, Contracting Officer - Susan Proctor, Contract Specialist, (708) 786-51= 82
- E-Mail Address
-
Email your questions to Susan Proctor
(susan.proctor@med.va.gov)
- Description
- SUBJ: Sources sought for medical/surgical items=20 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=92s purchasing of products.=20 BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. A Request for Quotation (RFQ) will be issued at a later date. =20 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.=20 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. =20 NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, AND MEXICO).=20 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.=20 All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer=92s name.=20 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 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 a Blanket Purchase Agreement (BPA) against an FSS contract rather than issuing a formal solicitation for the purpose of standardization. Those companies who do not have an 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.=20 **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** =20 SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN OCTOBER 23, 2002. Companies not submitting samples by the above date may be eliminated from consideration on any subsequent procurement action for these items.=20 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. BEDPAN PLASTIC DISPOSABLE (Samples: 3 of each regular and fracture bedpans 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.=09Disposable-single patient use 2.=09Regular and Fracture pans required 3.=09Support no less than 250 lbs of direct weight 4. =09Odor free opaque plastic 5. =09Rolled edges 6. =09Pontoon shape 7.=09No less than 14=94 X 11=94 Pontoon 8.=09No less than 2-2-1/2=94 rear depth 9.=09No less than 3-1/2=94 front depth 10.=09Greater than or equal to 2000cc capacity 11.=09Legible graduated markings in 50cc increments up to 200cc and 200cc increments=20 =09up to 2000cc 12.=09Stackable 13.=09Leak proof 14.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed. ITEM 2. BEDPAN PLASTIC REUSABLE (Samples: 3 of each regular and fracture bedpans 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.=09Reusable 2.=09Regular and Fracture pans required 3.=09Support no less than 250 lbs of direct weight 4.=09Autoclaveable 5.=09Odor free opaque plastic 6.=09Rolled edges 7.=09Pontoon shape 8.=09No less than 14=94 X 11=94 Pontoon 9.=09No less than 2-2-1/2=94 rear depth 10.=09No less than 3-1/2=94 front depth 11.=09Greater than or equal to 2000cc capacity 12.=09Legible graduated markings in 50cc increments up to 200cc and 200cc increments =09up to 2000cc 13.=09Stackable 14.=09Leak proof 15.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed ITEM 3. WASHBASINS DISPOSABLE (Samples: 3 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.=09Disposable-single patient use 2.=09Odor free plastic 3. =09Size-7 quart (approximately 6=94 in depth) 4. =09Rolled rim 5. =09Stackable 6. =09Even, flat bottom 7. =09No sharp edges and does not crack 8. =09Retains shape when full 9. =09Leak proof 10.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed ITEM 4. WASHBASINS REUSABLE (Samples: 3 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.=09Reusable 2. =09Autoclaveable 3. =09Odor free plastic 4. =09Size-7 quart (approximately 6=94 in depth) 5. =09Rolled rim 6. =09Stackable 7. =09Even, flat bottom 8. =09No sharp edges and does not crack 9. =09Retains shape when full 10.=09Leak proof 11.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed ITEM 5. EMESIS BASINS (Samples: 6 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.=09Disposable-single patient use 2. =09Odor free plastic 3. =09Stackable 4. =09Rolled edges 5. =09Legible graduations 6. =09500-700 cc capacity 7. =09Kidney shaped 8. =09Maintain shape 9. =09Leak proof 10.=09No sharp edges 11.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed ITEM 6. SITZ BATH (Samples: 3 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.=09Disposable-single patient use 2.=09Directions for use included in or on each package 3.=09Odor free plastic 4.=09Stackable 5.=09Rolled edges 6. =092000cc capacity water bag with valve (leakproof) 7. =09Open handle bag 8. =09Variety of colors available (please specify colors) INTENDED USE =96 Used for irrigation of perineal wounds ITEM 7.=20 BRUSH-SPONGE, SURGICAL SCRUB (Samples: 2 dispenser boxes of each type of 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.=09Latex-free (info only) 2. =09Disposable-single patient use 3. =09Dry sterile brush-sponge available 4.=09Three categories of impregnated brush-sponges; no less than 20 ml of Povidone=20 =09Iodine 1%, and Chlorhexidine Gluconate (CHG) 4%, and Parachlorometaxylenol=20 =09(PCMX) 3% 5. =09Individually sealed package 6. =09Non-corrugated dispenser box from which product is easy to dispense 7. =09Sponge/brush package is easy to open and has instructions for use 8. =09Both brush/sponge must be of equal length and width 9. =09Nail cleaner 10.=09Minimally abrasive bristles INTENDED USE =96 To prep hands or surgical site for surgical procedures=20 ITEM 8. URINALS (Samples: 4 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.=09Disposable-single patient use 2.=09Offer shall also provide information on and samples of a female urinal (info only) 3.=09Odor free plastic 4. =09Leak proof 5. =09Attached secure closing lid 6. =09Non-bending handle 7. =09No less than 1000cc capacity 8. =09Legible graduations in 20-25cc increments 9. =09Non-compressible plastic construction=20 10.=09Configuration of the handle must be versatile enough to fit all bed rails up=20 =09to 1.5 inches in width 11.=09Color transparent=20 INTENDED USE =96 No statement of use needed ITEM 9. DENTURE CUPS (Samples: 6 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.=09Single patient use 2. =09Odor free plastic 3.=09Minimum size 6 oz 4. =09Leak proof 5. =09Writeable surface and/or label for patient information 6. =09Transparent cup and/or lid INTENDED USE =96 For the temporary storage of dentures=20 ITEM 10. MEDICINE CUPS (Samples: 1 tube 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.=09Disposable-single patient use 2. =0930 ml capacity 3. =09Legible graduated markings in ml=92s, cc=92s, oz=92s, drams, and tbsp 4.=09Transparent 5. =09Smooth edges 6. =09Maintains shape when normally handled 7. =09Odorless 8. =09Plastic INTENDED USE =96 No statement of use needed. ITEM 11. WATER PITCHERS (Samples: 6 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.=09Holds no less than 32 fluid oz 2.=09Disposable-single patient use 3. =09Kit available: carafe, tumbler and tray (info only) 4. =09Must have plastic inner liner or outer liner in either plastic or foam 5. =09Odor free plastic 6. =09Leak proof 6. =09Attached secure closing lid 7. =09Non-bending handle 8. =09Water pitcher will maintain shape when full 9. =09Non-compressible plastic construction 10.=09Smooth edges 11.=09Variety of colors available (please specify colors) INTENDED USE =96 No statement of use needed ITEM 12. WHEELCHAIR-TRANSPORT (In hospital use) (Samples: 1 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.=09Front casters must be a minimum of eight inches in diameter 2. =0916=94 depth and 18=94 width for minimum seat dimensions 3. =09At least 19=94 seat height from seat base to top of back rest 4. =09Wheelchair unloaded weight not to exceed 45 lbs 5. =09Must support weight of up to 250 lbs 6. =09Washable vinyl (with low level disinfectant) 7. =09Available accessories (foot holders, telescoping IV pole holder, oxygen tank=20 =09holder, anti-tip device, led extenders, carrying devices/pouch, and anti-folding device 8. =09Foot rest (swing away and removable) 9. =09Padded arm rest 10.=09Removable side arms 11.=09Lockable wheels 12.=09Molded wheels 13.=09Foldable INTENDED USE =96 Transport of patients inside hospital less than 250 lbs ITEM 13. WHEELCHAIR =96 TRANSPORT BARIATRIC (in hospital use) (Samples: 1 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.=09Front casters must be a minimum of eight inches in diameter 2. =0916=94 depth and 20=94 width for minimum seat dimensions 3. =09At least 19=94 seat height from seat base to top of back rest 4. =09Wheelchair unloaded weight not to exceed 55 lbs 5. =09Must support weight of up to 300 lbs 6. =09Washable vinyl (with low level disinfectant) 7. =09Available accessories (foot holders, telescoping IV pole holder, oxygen tank=20 =09holder, anti-tip device, led extenders, carrying devices/pouch, and anti-folding device 8. =09Meets ANSI/RENSA standard, volume one, section 15 9. =09Foot rest (swing away and removable) 10.=09Padded arm rest 11.=09Removable side arms 11.=09Lockable wheels 12.=09Molded wheels 13.=09Foldable INTENDED USE =96 Transport of patients within hospital above 250 lbs *****NOTE: A SECOND SOURCES SOUGHT NOTICE HAS ALSO BEEN ISSUED FOR ADDITIONAL PRODUCTS. PLEASE SEARCH FOR VANAC-SSN-092602B TO ACCESS INFORMATION ON THE ADDITIONAL PRODUCTS.*****
- Web Link
-
RFI VANAC-SSN-092602A
(http://www.bos.oamm.va.gov/solicitation?number=3DVANAC-SSN-092602A)
- Record
- SN00177527-W 20020929/020927213407 (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 |