Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

J -- Reprocessing-Single Use Devices

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acqu= isition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minn= esota 55417
 
ZIP Code
55417
 
Solicitation Number
618-105-03
 
Response Due
6/13/2003
 
Archive Date
7/13/2003
 
Point of Contact
Point of Contact - Michael Owen, Contract Specialist, (612) 467-21= 90, Contracting Officer - Michael Owen, Contract Specialist, (612) 467-2190
 
E-Mail Address
Email your questions to Michael Owen
(michael.owen@med.va.gov)
 
Description
Provide pick-up, cleaning, decontamination, reconditioning and/or sharpening, function testing, re-packaging, sterilization, and delivery services for previously used, open and unused single use devices (SUD), expired devices, and sutures for the VA Medical Center, Minneapolis, MN in an on-demand, as-needed basis in accordance with the Specifications. The resultant contract is intended to be a Commercial Item/Performance Based contract with estimated quantities. Under a performance-based contract the Contracting Officer may award, based on the contractor exceeding acceptable levels of performance (ALP), additional periods of performance, called award-term incentives. ALPs are defined in Specifications. Any awarded additional periods of performance shall replace appropriate option years, but shall not exceed the overall period of the contract and option years (a total of five [5] years). Provide pick-up, cleaning, decontamination, reconditioning and/or sharpening, function testing, re-packaging, sterilization, and delivery services for previously used, open and unused single use devices (SUD), expired devices, and sutures for the VA Medical Center, Minneapolis, Minnesota in an on-demand, as-needed basis. The contractor shall furnish all labor, equipment, material, facilities, and all incidentals necessary to provide reprocessing of previously used, open and unused single use devices (SUD), expired devices, and sutures. All items will be sharpened or reconditioned to the specifications recommended by the manufacturer or better. All work will be guaranteed without flaw for subsequent use. Quality of work to be determined by the Chief, Surgical Service or designee, VA Medical Center, Minneapolis, MN.=20 Contractor will provide pick-up of items to be reprocessed at least twice weekly, or more often as determined by the department. Reprocessed items will be returned to the VA Medical Center, Minneapolis, Minnesota within 30 days. Contractor will determine the best method of pick up and delivery while meeting Government needs. Contractor will provide suitable collection containers, in which any item requiring reprocessing will be placed. Contractor will develop an acceptable method to identify eligible items for reprocessing. Contractor will provide educational materials, to be place in close proximity to collection devices, identifying the types of items that are to be collected for reprocessing. Contractor will provide Service, Department and/or Section and Profession specific education initially following contract award and re-education as necessary to insure the best compliance with the reprocessing program. Contractor will perform reprocessing services in accordance with U. S. Food and Drug Administration=92s (FDA) Quality System Regulation (QSR) and will provide warranty for all devices reprocessed. Contractor will, in coordination with the needs and desires of the using service, SPD, or the COTR, through the Contracting Officer, seek FDA approval for the processing of items not currently listed or new items acquired by the VA. All such approval processes shall be at the contractor=92s expense. Prices quoted by the offeror, will include pick-up from, reprocessing of SUD type items for the VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 at various locations within Building 70, and delivery of all reprocessed items will be to Supply, Processing, and Distribution (SPD) Section, Building 70, VA Medical Center, Minneapolis, Minnesota. The Government reserves the right to obtain special services from other sources when required. (e. g., OEM warranty repairs or specialty instruments.) Inserts shall be of carboalloy or an equal type of non-toxic, stain free, material that will not corrode or rust. This type of an insert is preferred over carbide. All reprocessing must be accomplished leaving the original manufacturer/vendor product number in place on the item. The reprocessing vendor may add identifying information to the item to assist in tracking reprocessed items or for other reasons, so long as the new identifying information in no way obliterates other identifying information. Packaging labeling shall provide clear descriptive information identifying the contents of the package, its date of reprocessing and/or any expiration date or data, and a device indicating a sterile condition. All items shall be demagnetized upon completion of reprocessing, as appropriate.=20 Acceptable Levels of Performance (ALP) are standards set forth as the criteria by which the contractor=92s performance will be evaluated. The evaluation factors are: a) Contractor to make pick ups from non-operating room locations 97% of the time. The data source for evaluating this ALP will be contractor provided reports and complaints made in writing or electronically to the Contracting Officer or COTR. b) Contractor to make pick ups from the operating room location(s) 100% of the time. The data source for evaluating this ALP will be contractor provided reports and complaints made in writing or electronically to the Contracting Officer or COTR. c) Customer Satisfaction. Customer satisfaction is defined as customers completely or mostly satisfied with the performance of the contractor and the reprocessed items. The data source for evaluating this ALP will be complaints made in writing or electronically to the Contracting Officer or COTR. Confidentiality. Contractor may have incidental access to certain information of the VA Medical Center that is confidential and constitutes valuable, special, and unique property of the Government.=20 Contractor shall not, at any time either during or subsequent to the term of the contract, disclose to others, use, copy or permit to be copied any confidential information which concerns patients, costs, or treatment methods. Under no circumstances will the VA Medical Center be releasing or disclosing patient-identifiable information to the Contractor in the course of providing services to the VA pursuant to this contract. The Government shall retain title and ownership of all medical devices reprocessed, except as noted below. Waste Disposal and Removal. All rights to and ownership of any waste the Contractor determines can not be reprocessed shall be transferred to the Contractor upon determination by the Contractor that waste cannot be reprocessed. The Contractor at no additional cost to the VA shall handle all sorting, decontamination, and destruction of such waste.=20 Contractor will ensure that waste is destroyed by a licensed medical waste facility and will maintain all required documentation on file to indicate that such waste was destroyed as required by applicable federal and state regulations. Liability Requirements. Contractor will take full responsibility for reprocessed medical devices and supports this by maintaining product liability or comprehensive insurance coverage. Contractor expressly agrees to indemnify and save the Government, its officers, agents, servants and employees harmless from and against any and all claims, loss, damage, injury, and liability, however caused, resulting from, arising out of, or in any way connected with the performance of this work. Reporting Requirements. At a minimum the Contractor will provide printed usage and savings reports on a regular basis (at least quarterly) or provide access to the Contractor=92s website for VA staff to view and print usage and savings reports. Printed reports or website access shall be provided to the Contracting Officer and COTR(s). It is expected that each individual granted website access will have a separate and distinct password/access code pair but shall have full access to all reports pertaining to the Minneapolis VA Medical Center. Minimum Requirements. Contractor will include in their technical and/or price proposals any minimum pricing or quantity requirements. The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: 1. Technical capability of services offered to meet the Government requirements; a) Technical Capability and Quality of Offeror=92s Facility(ies) b) Evidence of qualified personnel to service this contract c)Management Capabilities and Approach d) Quality Assurance. 2. Past performance;=20 3. Price; and price related factors; 4. Small disadvantaged business participation. NAICS 561990. Solicitation documents available May 20, 2003 with offers due June 13, 2003. Contract effective date estimated to be July 1, 2003 through September 30, 2003, with 4 full option years. Written documents must be submitted; electronic responses will not be accepted. Request for documents must be in writing or by fax to 612-725-2072, Attn: Michael Owen or you may download from www.fedbizopps.gov. Technical and past performance, when combined, is approximately equal to cost or price.
 
Web Link
RFP 618-105-03
(http://www.bos.oamm.va.gov/solicitation?number=3D618-105-03)
 
Record
SN00329759-W 20030523/030521213638 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.