DOCUMENT
65 -- CTX Wound VAC Rental - Attachment
- Notice Date
- 9/18/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- 36C25718Q9714
- Archive Date
- 10/18/2018
- Point of Contact
- Jose Campa
- E-Mail Address
-
ampa@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A NOTICE OF INTENT TO SOLE SOURCE AND IS NOT A REQUEST FOR COMPETIVE PROPOSALS. A SOLICIATION DOCUMENT WILL NOT BE ISSUED. PROPOSALS WILL NOT BE REQUESTED. The NAICS code for this acquisition is 339113 Surgical Appliance and supplies manufacturing with the size standard of 750 employees. Network Contracting Office (NCO) 17, in support of the Central Texas Veterans Health Care System located at 1901 Veterans Memorial Drive, Temple, TX 76504, intends to award a sole source contract under authority FAR 6.302-1 to KCI USA, INC. located at 12930 IH 10 W., San Antonio, Texas 78249 under their VHA BPA. The proposed action will be firm fixed price task order with a base year and one option year. If there are any other businesses that can provide the specified services, they must respond to this notice by 9/28/2018 at 12:00pm (noon) central time. Information received from interested parties will be reviewed to determine if the party can perform the requirement. The Point of Contract (POC) for this notice is Jose Campa, who can be contacted at email: Jose.campa@va.gov. See attached Statement of Work STATEMENT OF WORK CTX WOUND VAC RENTAL INTRODUCTION: The mission of the Central Texas Veterans Health Care System (CTVHCS) is to provide the highest quality health care to our nation s Veterans. In order to accomplish this mission, we must protect the health and safety of patients, employees, and visitors. Contract services will be to provide Wound VACS at Temple, Central Texas Veterans Healthcare System. II. GENERAL REQUIREMENTS: Contractor will provide all management, supervision, labor, materials, supplies and equipment and shall plan, schedule, coordinate, and assure effective performance of all services in order to expedite return and deliverance of Wound VACS to the Central Texas Veterans Health Care System (CTVHCS) Temple, Texas in accordance with the SOW. All Wound VAC equipment should meet the following requirements: Unit shall provide negative pressure therapies for inpatient wound treatments and abdominal surgery sites. Unit must be reusable between patients after cleaning and disposal of consumable products has taken place. Unit shall provide assistance to the user in finding negative pressure leaks in the therapy dressing system. Unit shall be compatible with sterile canisters that contain isolyzer gel, provide hydrophobic filtration, and hold a minimum of 500ml and a maximum of 1000ml of exudates during each use. Unit shall provide notification when the canister is full. Unit should detect obstructions in the fluid path. Unit shall provide notification when targeted therapy pressure cannot be achieved. Unit shall provide notification when the wound pressure has deviated above the system limits. Unit shall have an alarm notification when therapy is inactive for approximately 15 minutes. Unit shall possess software that monitors and maintains target pressure to deliver constant therapy. Unit shall be IV pole mountable. Unit shall provide negative pressure therapy within 25 Hg minimum to 200mm Hg maximum. Unit shall provide both intermittent and continuous negative pressures. The unit and consumable items should provide and maintain a closed system for wound site treatment. Unit shall possess a battery life of 6 hours at a minimum Unit shall be able to reach a full capacity charge within 4 hours at maximum. Contractor RESPONSIBILTIES: Contractor shall provide all management, supervision, labor, materials, supplies and equipment and shall plan, schedule, coordinate, and assure effective performance of all services in order to expedite return and deliverance of Wound VACS to the CTVHCS Temple, Texas in accordance with the SOW. The Contractor shall provide Olin Teague Veterans Affairs Health Care System, Temple Texas, Wound VAC Units, as described in the Cost/Price Schedule. Inventory shall remain Contractor s sole and exclusive property with billing of the unit to begin once the Wound VAC units has been placed on a patient. Contractor agrees to place inventory at CTVHCS Contractor is required to maintain a storage stock of 6 ea. Wound VACS in the MSD&E sterile storage area room BLDG 163 room BD06at all times. Contractor will be required to pick up Wound VACS from hospital wards through-out the Temple VA Hospital, Temple, Texas and Waco VA Hospital, Waco Texas upon request from Temple VA MSD&E or nursing staff once patient usage is complete. The Contractor agrees that the total estimated quantity of items furnished under this agreement can be changed at any time during the effective period of this agreement, if approved by both the Contractor and government. Technical improvements to the scheduled products, to the extent available commercially to the public, can be made available to the VA under this agreement. Terms of Payment will apply to all additional or replacement schedule items. Contractor will be required to provide maintenance and replacement of all Wound VACS due to equipment damage, malfunctions, and/or normal wear and tear upon request from Temple VA MSD&E or nursing staff. Contractor will be required to maintain records that are available to designated MSD&E personnel and nursing staff of all Wound VAC distributed through-out the Central Texas Veterans Hospital System. The records must indicate the patient s name, the date of delivery, the ward location, and the pick-up date, NOTED on invoice along who called in the order for the equipment? It will be the contractor s responsibility to ensure that the equipment under this agreement received preventive maintenance per manufacturer s or governing authority recommendations at no cost to the government. It is also the responsibility of the contractor to provide corrective maintenance and or a replacement for non-functioning or malfunctioning equipment. Schedule: Services shall be required seven, (7) days per week. This contract shall consist of a base year and one (1) year option period. The government will give the Contractor a 30 day notice of Option to Extend the Term of the Contract in accordance with FAR Clause 52.217-9. Government reserves the right to exercise options based on the funding availability and the needs assessment. BASE: Period of performance is Dec 1, 2018 through Nov 30, 2019. Option Period 1: December 1, 2019 through November 30, 2020 Administrative Point of Contact: The Contracting Office shall designate individuals as Administrative Point of Contacts who shall be the primary point of contacts at CTVHS for communication between CTVHCS and the Contractor. A Wound Care Staff member shall notify the Contractor s Customer Service Department within One (1) work day from which time a unit has been placed on the patient. This notification shall constitute an official delivery order. Contractor shall provide the ordering individual with a reference number indication unit has been placed. Contractor shall ship or deliver to CTVAHCS a replacement unit for stock within two (2) working days. CTVAHCS shall provide adequate care (handling and cleaning) and storage of the inventory and CTVAHCS shall bear any risk of loss or damage to inventory to the extent suffered as a direct result of CTVAHCS, (agents, employees or designees), negligence, and contamination of pilferage. Point of Contacts: Christopher D. Lee, 254-743-1054, Christopher.Lee14@va.gov Leon White, 254-743-2204, Leon.white@va.gov Melinda Kurtz, Nurse, 254-743-2204, Neither party shall be liable for any failure or delay in the performance of its obligations under this Agreement due to causes beyond the control of such party, including but not limited to fires, floods other acts of God, accidents, embargoes wars, riots and any such other acts or orders of any government or governmental agency. Services specified herein may be changed by written modification. The modification will be prepared by the VA Contracting Officer prior to becoming effective. Delivery Address: 1901 South First Street Room BD106 Temple, TX 76504
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718Q9714/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q9714 36C25718Q9714.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596316&FileName=36C25718Q9714-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596316&FileName=36C25718Q9714-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q9714 36C25718Q9714.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596316&FileName=36C25718Q9714-000.docx)
- Record
- SN05095349-W 20180920/180918231520-6367628bf73625445422c7971d473cc9 (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 |