SOURCES SOUGHT
65 -- Sources Sought Notice for Medical/Surgical Wound Care Produc= ts
- Notice Date
- 12/11/2002
- 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-121102
- 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
- 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:=20 Sources sought for medical/surgical wound care items=20 This is a Market Survey and Request for Samples to locate potential sources for the standardization of various wound care 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 All samples submitted in response to this notice become property of the VA and will not be returned following the evaluation process.=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 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.=20 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.=20 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.=20 **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** =20 SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN DECEMBER 27, 2002.=20 THIS DATE IS CRITICAL AS THE PRODUCTS WILL HAVE TO BE RE-SHIPPED TO THE LOCATION OF THE UPCOMING WOUND CARE USER GROUP MEETING AFTER BEING EXAMINED AND SORTED AT THE HINES LOCATION. Companies not submitting samples by the above 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. HYDROCOLLOID DRESSINGS (Samples: 3 Boxes of each type and size 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. Conformable to elbow, heel, and sacral (Will be evaluated using physical inspection by putting on heel and elbow area) 2. Assorted sizes to include one that is approximately 4=94 x 4=94 (mandatory) with at least two larger sizes that are approximately 6=94 x 6=94 and 8=94 x 8=94 (Will be evaluated by a review of the product literature) 3. Specific sacral shape (Will be evaluated by physical inspection and a review of the product literature) 4. Must be able to cut to shape (Will be evaluated using physical inspection by cutting and a review of the product literature) 5. Thin available (Will be evaluated by physical inspection and a review of the product literature) 6. Tapered border (Will be evaluated by physical inspection and a review of the product literature) 7. Diabetic (FDA approved for use on diabetic foot ulcers) (Will be evaluated by a review of the product literature) 8. Bacteria and body fluid barrier (Will be evaluated by a review of the product literature) 9. Hydrocolloid composition (Will be evaluated by a review of the product literature) 10. Promotes autolytic debridement (Will be evaluated by a review of the product literature) 11. Can be used with compression therapy (Will be evaluated by a review of the product literature) 12. Adequate cohesiveness required (dressing stays intact during removal) (Will be evaluated by physical inspection in a field usage simulation) 13. Must pass fluid handling capacity simulation (Will be evaluated by physical inspection in a field usage simulation) 14. Sterile (Will be evaluated by a review of the product literature and product packaging) 15. Instructions included (Will be evaluated by physical inspection and a review of the product literature) 16. Can be used on all stages of ulcers, including stage IV ulcers (Will be evaluated by a review of the product literature) 17. Immediate adhesion when applied (simulated on intact skin) (Will be evaluated by physical inspection in a field usage simulation using the 4=94 x 4=94 dressing) 18. Measurement grid included (Will be evaluated by physical inspection) ITEM 2. 4-LAYER COMPRESSION DRESSINGS (Samples: 6 of each type and size of 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. One non-adherent fine-mesh wound contact dressing at least 5=94 x 9=94 (Will be evaluated by physical inspection and a review of the product literature) 2. One 4=94 wide cotton padding roll that provides padding and wound fluid absorption, at least 11 feet long (Will be evaluated by physical inspection and a review of the product literature) 3. One 4=94 wide cotton crepe roll that provides wound fluid absorption and conforms in order to smooth out cotton layer, at least 14 feet long when stretched (Will be evaluated by physical inspection and a review of the product literature) 4. One 4=94 wide elastic long stretch compression bandage roll, at least 17 feet long when stretched (Will be evaluated by physical inspection and a review of the product literature) 5. Dressing, when applied, provides sustained graduated compression 40mm Hg at the ankle and 16mm Hg at the knee (Will be evaluated by a review of the product literature) 6. Additional contact dressings available (Will be evaluated by a review of the product literature) 7. Latex-free product available (Will be evaluated by a review of the product literature) 8. 3-Layer available (info only) (Will be evaluated by a review of the product literature) 9. Each layer conforms to leg (Will be evaluated by physical inspection in a field usage simulation) 10. Cohesive layer adheres to itself (Will be evaluated by physical inspection in a field usage simulation) ITEM 3. CONDOM CATHETERS (Samples: One box of each type to be evaluated [please send the large size for evaluation purposes]) 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. Each company must provide catheters of the following types: (Will be evaluated by physical inspection of the catheters) a. Silicone Regular Adhesive=20 b. Silicone Extra Adhesive (with approximately 1=94 to 3=94 of adhesive) c. Silicone Short Sheath=20 d. Latex Regular Molded Non-Adhesive e. Latex Molded Self-Adhesive f. Latex Molded with double-sided adhesive strip (two-piece) (adhesive tape is approximately 3/4" x 6=94) 2. All catheters must meet the following criteria: a. Five assorted sizes to include small (approximately 25mm), medium (approximately 29mm), intermediate (approximately 32mm), large (approximately 36mm), and x-large (approximately 41mm) (Will be evaluated by a review of the product literature) b. Packaging includes instruction for use (Will be evaluated by physical inspection of the packaging and a review of the product literature) c. Non-kink nozzle (Will be evaluated by physical inspection in a field usage simulation) d. Individually packaged (Will be evaluated by physical inspection of the packaging) e. Company support to include 24-hour in-services and patient education materials/handouts/videos (Will be evaluated by a review of the product literature) f. Measuring guides included in each case (Will be evaluated by a review of the product literature) g. Nozzle must fit into standard drainage bag connector (Will be evaluated by physical inspection in a field usage simulation) 3. Silicone catheters must meet the following criteria: a. 100% Sicone (Will be evaluated by a review of the product literature) b. Self-Adhesive (Will be evaluated by physical inspection) c. Must be capable of being worn a minimum of 24 hours (Will be evaluated by physical inspection and actual use in field testing) d. Adhesive used in self-adhesive catheter must not compromise skin integrity upon removal (Will be evaluated by physical inspection and actual use in field testing) e. Regular adhesive catheters must have adhesive in center of catheter (approximately 1 1/2" to 1 5/8=94 of glue strip) (Will be evaluated by physical inspection of the catheters) f. Extra adhesive catheters must have additional adhesive in the length of the condom for extra security (approximately 2 1/2" to 2 5/8 inch of glue strip) (Will be evaluated by physical inspection of the catheters) g. Short sheath catheters must have adhesive toward the tip of the condom for retraction of penis (Will be evaluated by physical inspection of the catheters) 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-121102
(http://www.bos.oamm.va.gov/solicitation?number=3DVANAC-SSN-121102)
- Record
- SN00221373-W 20021213/021211213310 (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 |