MODIFICATION
65 -- Sources Sought Notice for Patient Gowns
- Notice Date
- 2/10/2004
- Notice Type
- Modification
- 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-011604
- Response Due
- 3/5/2004
- Point of Contact
- Point of Contact - Fran DeRosa, Contract Specialist, (708) 786-5921, Contracting Officer - Fran DeRosa, Contract Specialist, (708) 786-5921
- E-Mail Address
-
Email your questions to Fran DeRosa
(fran.derosa@med.va.gov)
- Description
- IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT FRAN DE ROSA AT 708-786-5921 OR FRAN.DEROSA@MED.VA.GOV SUBJ: Sources Sought Notice for Patient Gowns (Multi-Purpose, I.V., Telemetry, and X-Ray) This is a Market Survey and Request for Samples to locate potential sources for the standardization of various patient gowns. 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?s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Request for Quotations (RFQs) will be issued at a later date. 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 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. 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. NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, SINGAPORE, 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 (e.g. latex, etc.), 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 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 Blanket Purchase Agreements (BPAs) against FSS contracts rather than issuing formal solicitations for the purpose of standardization. Those companies who do not have a current 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 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 determination as to which products are acceptable. **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** SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN MARCH 5, 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. 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. MULTI-PURPOSE GOWNS (Samples: Size A - 3 each solid, 3 each geometric pattern; Size B ? 3 each solid, 3 each geometric pattern to be evaluated) a. Fiber content of gown must be in range of 45%-65% polyester/35%-55% cotton blend. (Label Claim and Literature Review) b. Gowns must be made of a tightly woven fabric weighing between 4.2 oz./sq. yd. - 4.5 oz./sq. yd. (Physical Inspection and Literature Review) c. Gowns shall be available in at least two sizes. One shall fall within the sweep range of 62? ? 68? and for the purposes of this RFQ shall be referred to as size A. The second shall fall within the sweep range of 72? ? 85? and for the purposes of this RFQ shall be referred to as size B. (Physical Inspection) d. Gowns must be available in at least 1 solid and 1 with geometric pattern ?? or smaller. (Physical Inspection and Literature Review) e. Gowns must be between 41? - 52? in length. (Physical Inspection) f. Only crew, keyhole or v-neck styles are acceptable. (Physical Inspection) g. Gowns must have an angle back with a minimum 12" overlap. (Physical Inspection and Literature Review) h. Gown must have large raglan sleeves (minimum 22? opening, minimum 6? long, minimum 2? inseam length). Sleeve hem must be smooth and even with no bunching of fabric. (Physical Inspection) i. Product must have flat felled double stitched seams or must be single needle lock stitched and safety stitched (whipped). Seams must be free from puckering, bulk, and finished to prevent raveling with no openings in seams. (Physical Inspection) j. Hem must be free from bulk. (Physical Inspection) k. All stress points must be bartacked. (Physical Inspection) l. Closures must be either tie, snap or a combination of both (no hook & loop or plastic or velcro). (Physical Inspection) m. Ties to be heat-sealed, non-curling twill tape or 100% polyester. Ties to be placed at neck and mid-back to avoid pressure points. (Physical Inspection) n. All ties must be bartacked. (Physical Inspection) o. If snaps are used, only reinforced stainless steel snaps will be acceptable. Snaps must be placed not less than 1/8? from garment edge and be functionally correct with placement/alignment of the 2 parts of the fastener. (Physical Inspection) p. Gown must be constructed to be processed within a commercial laundry plant without special handling, e.g. no dry-cleaning. Processing includes commercial drying. (Label Claim and Literature Review) q. Flammability ? Must provide certification that product complies with the Standard for Flammability of Clothing Textiles (16 CFR Part 1610) (Literature Review) r. Contractor must provide documentation that garment is colorfast. (Literature Review) ITEM 2. I.V. GOWNS (Samples: Size A - 3 each solid, 3 each geometric pattern; Size B ? 3 each solid, 3 each geometric pattern to be evaluated) a. Fiber content of gown must be in range of 45%-65% polyester/35%-55% cotton blend. (Label Claim and Literature Review) b. Gowns must be made of a tightly woven fabric weighing between 4.2 oz./sq. yd. - 4.5 oz./sq. yd. (Physical Inspection and Literature Review) c. Gowns shall be available in at least two sizes. One shall fall within the sweep range of 62? ? 68? and for the purposes of this RFQ shall be referred to as size A. The second shall fall within the sweep range of 72? ? 85? and for the purposes of this RFQ shall be referred to as size B. (Physical Inspection) d. Gowns must be available in at least 1 solid and 1 with geometric pattern ?? or smaller. (Physical Inspection and Literature Review) e. Gowns must be between 41? - 52? in length. (Physical Inspection) f. Only crew, keyhole or v-neck styles are acceptable. (Physical Inspection) g. Gowns must have an angle back with a minimum 12" overlap. (Physical Inspection and Literature Review) h. Gown must have large raglan sleeves (minimum 22? opening, minimum 6? long, minimum 2? inseam length). Sleeve hem must be smooth and even with no bunching of fabric. (Physical Inspection) i. Sleeves must open from shoulder to end of sleeve, and close using 4 reinforced stainless steel snaps or bar tacked ties on sleeves. (Physical Inspection) j. Product must have flat felled double stitched seams or must be single needle lock stitched and safety stitched (whipped). Seams must be free from puckering, bulk, and finished to prevent raveling with no openings in seams. (Physical Inspection) k. Hem must be free from bulk. (Physical Inspection) l. All stress points must be bartacked. (Physical Inspection) m. Closures must be either tie, snap or a combination of both (no hook & loop or plastic or velcro). (Physical Inspection) n. Ties to be heat-sealed, non-curling twill tape or 100% polyester. Ties to be placed at neck and mid-back to avoid pressure points. (Physical Inspection) o. All ties must be bartacked. (Physical Inspection) p. If snaps are used, only reinforced stainless steel snaps will be acceptable. Snaps must be placed not less than 1/8? from garment edge and be functionally correct with placement/alignment of the 2 parts of the fastener. (Physical Inspection) q. Gown must be constructed to be processed within a commercial laundry plant without special handling, e.g. no dry-cleaning. Processing includes commercial drying. (Label Claim and Product Literature) r. Flammability ? Must provide certification that product complies with the Standard for Flammability of Clothing Textiles (16 CFR Part 1610) (Literature Review) s. Contractor must provide documentation that garment is colorfast. (Literature Review) ITEM 3. TELEMETRY GOWNS (Samples: Size A - 3 each solid, 3 each geometric pattern; Size B ? 3 each solid, 3 each geometric pattern to be evaluated) a. Fiber content of gown must be in range of 45%-65% polyester/35%-55% cotton blend. (Label Claim and Literature Review) b. Gown must be made of a tightly woven fabric weighing between 4.2 oz./sq. yd. - 4.5 oz./sq. yd. (Physical Inspection and Literature Review) c. Gowns shall be available in at least two sizes. One shall fall within the sweep range of 62? ? 68? and for the purposes of this RFQ shall be referred to as size A. The second shall fall within the sweep range of 72? ? 85? and for the purposes of this RFQ shall be referred to as size B. (Physical Inspection) d. Gowns must be available in at least 1 solid and 1 with geometric pattern ?? or smaller. (Physical Inspection and Literature Review) e. Gowns must be between 41? - 52? in length. (Physical Inspection) f. Only crew, keyhole or v-neck styles are acceptable. (Physical Inspection) g. Gowns must have an angle back with a minimum 12" overlap. (Physical Inspection and Literature Review) h. Gown must have large raglan sleeves (minimum 22? opening, minimum 6? long, minimum 2? inseam length). Sleeve hem must be smooth and even with no bunching of fabric. (Physical Inspection) i. Gown must have a large telemetry pocket with reinforced stitching. Pocket must have a concealed buttonhole. Pocket must be free from bulk or puckering with no opening in seams. (Physical Inspection) j. Product must have flat felled double stitched seams or must be single needle lock stitched and safety stitched (whipped). Seams must be free from puckering, bulk, and finished to prevent raveling with no openings in seams. (Physical Inspection) k. Hem must be free from bulk. (Physical Inspection) l. All stress points must be bartacked. (Physical Inspection) m. Closures must be either tie, snap or a combination of both (no hook & loop or plastic or velcro). (Physical Inspection) n. Ties to be heat-sealed, non-curling twill tape or 100% polyester. Ties to be placed at neck and mid-back to avoid pressure points. (Physical Inspection) o. All ties must be bartacked. (Physical Inspection) p. If snaps are used, only reinforced stainless steel snaps will be acceptable. Snaps must be placed not less than 1/8? from garment edge and be functionally correct with placement/alignment of the 2 parts of the fastener. (Physical Inspection) q. Gown must be constructed to be processed within a commercial laundry plant without special handling, e.g. no dry-cleaning. Processing includes commercial drying. (Label Claim and Literature Review) r. Flammability ? Must provide certification that product complies with the Standard for Flammability of Clothing Textiles (16 CFR Part 1610) (Literature Review) s. Contractor must provide documentation that garment is colorfast. (Literature Review) ITEM 4. X-RAY GOWNS (Samples: 3 each solid, 3 each geometric pattern to be evaluated) a. Fiber content of gown must be in range of 45%-65% polyester/35%-55% cotton blend. (Label Claim and Literature Review) b. Gowns must be made of a tightly woven fabric weighing between 4.2 oz./sq. yd. - 4.5 oz./sq. yd. (Physical Inspection and Literature Review) c. Gowns must be available in at least 1 solid and 1 with geometric pattern ?? or smaller. (Physical Inspection and Literature Review) d. Gowns must be able to completely wrap-around patient and have a minimum sweep of 70?. (Physical Inspection) e. Gowns must be between 41? - 52? in length. (Physical Inspection) f. Gowns must have three arm holes. (Physical Inspection) g. Gown must be able to be worn front or back (anterior/posterior). (Physical Inspection) h. Product must have flat felled double stitched seams or must be single needle lock stitched and safety stitched (whipped). Seams must be free from puckering, bulk, and finished to prevent raveling with no openings in seams. (Physical Inspection) i. All stress points must be bartacked. (Physical Inspection) j. Gown must be constructed to be processed within a commercial laundry plant without special handling, e.g. no dry-cleaning. Processing includes commercial drying. (Label Claim) k. Flammability ? Must provide certification that product complies with the Standard for Flammability of Clothing Textiles (16 CFR Part 1610) (Literature Review) l. Contractor must provide documentation that garment is colorfast. (Literature Review)
- Web Link
-
RFI VANAC-SSN-011604
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-011604)
- Record
- SN00519627-W 20040212/040210212028 (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 |