Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2015 FBO #5112
DOCUMENT

65 -- New England Healthcare System - VISN 01 Prosthetic Limbs - Attachment

Notice Date
11/20/2015
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24116N0074
 
Response Due
12/24/2015
 
Archive Date
2/22/2016
 
Point of Contact
Timothy Wilson
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. The NAICS Code for this requirement is 339113, Surgical Appliance and Supplies Manufacturing with a size standard of 500 employees. No solicitation is being issued at this time, but may follow at a later date. All responses will be used for market analysis in determining the availability of potential qualified small businesses to be used to determine appropriate acquisition strategy. The Government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) and Woman Owned Small Businesses (WOSB) that are interested in providing this requirement. Large businesses are not precluded from providing a response and submitting information pertinent to this request. The Veterans Administration Network Contracting Office 01 (NCO 01), Manchester NH, 03104 is seeking commercial sources to provide prosthetic limbs for the VA New England Health Care System, VISN 1 patients. The contract period would be for a base year and potential four one-year option periods for the following VA New England Health Care System locations: Edith Nourse Rogers Memorial Veterans Hospital, Bedford MA; Manchester VA Medical Center, NH; Providence VA Medical Center, RI; VA Boston Healthcare System, MA; (Brockton, Jamaica Plain, West Roxbury) VA Central West Massachusetts Healthcare System, Leeds MA; (Northampton) VA Connecticut Healthcare System, CT; (Newington, West Haven) VA Maine Healthcare System, Augusta ME; (Togus) and White River Junction VA Medical Center, VT. The Contractor shall fabricate all prosthetic limbs in strict conformance to the prosthetic prescription that has been provided by the VA Amputee Clinic Team. The fitting and alignment of prosthetic limbs device and associated services shall be performed under the supervision of an ABC or BOC-certified prosthetist who has met all applicable educational and training requirements covered under the manufacturing training program for that device. New technologies require proof of training and only those ABC or BOC-certified prosthetists specifically trained may provide the item and follow up with the Veteran. VA reserves the right to determine which technologies require specific training. VA will notify the Contractor when current technologies require specialized training from the manufacturer in order to provide needed prosthesis to Veteran(s). The contractor shall have a full time American Board of Certification in Orthotics, Prosthetics and Pedorthics (ABC) certified, or Board of Certification/Accreditation (BOC) certified prosthetist(s) on staff in "good standing" at each of the proposed locations throughout the contract period. "Good standing" is defined as participating and achieving appropriate continuing education credits and paying dues as determined by Certifying Agency such as ABC and BOC. The VA will provide a list of approved L Codes for work to be provided by the Contractor for the specific prescription. The Contractor shall not add or substitute components or alter the Veteran's limb prescription in any way. Only in very unique situations may an already-approved prescription be changed. Such a change could only be accomplished by submittal of documentation to justify the distinct and specific reason(s) requiring such a change and prior written authorization from the Contracting Officer and the Contracting Officer's Representative (COR). Products that are not commercial items are considered experimental and purchase of experimental products shall not be authorized under this solicitation. Any future solicitation shall include only commercial items. The Government is requesting that interested parties submit a brief description of the company with a response to include their company's: 1) DUNS number, (https://www.sba.gov/content/getting-d-u-n-s-number); 2) business size, ( https://www.sba.gov/content/small-business-size-standards); 3) business status (i.e., Small Business (SB), Small Disadvantaged Business, 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Business (WOSB), etc.; 4) a description of same/similar product and/or service offered to the Government and to commercial customers, and 5) area(s) serviced such as city and state. Additional company applicable information not referenced above may be provided. The Government will use this information to evaluate small business set-aside applicability. Interested firms are requested to provide the aforementioned information along with interest and capability statements no later than December 24, 2015. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps: https://www.fbo.gov/ as it becomes available. All potential offerors must be registered and maintain an active account in System for Award Management (SAM): https://www.sam.gov to receive contract award. It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of any future solicitation and/or any associated amendments. Any information provided by industry to the Government as a result of this sources sought notice is highly encouraged, but is voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of this information. Due to increased firewall protections some emails may be blocked, therefore, if an email acknowledgement is not received acknowledging receipt of your submission, it is recommended a follow-up email be sent to the contract specialists identified below. Information and inquires pertaining to this notice may be sent to Timothy.Wilson@va.gov and Marc.Tetu@va.gov 603-314-1680.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24116N0074/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-16-N-0074 VA241-16-N-0074.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428144&FileName=VA241-16-N-0074-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428144&FileName=VA241-16-N-0074-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA New England Health Care System - VISN 01;Bedford MA, Manchester NH, Providence RI, Boston;MA, Leeds MA, Newington & West Haven CT, Augusta;ME, White River Junction VT.
Zip Code: 03104
 
Record
SN03951642-W 20151122/151120234417-14749cb800520c2b5f616b1e23972705 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.