Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOURCES SOUGHT

65 -- NX EQ Tourniquets: Pneumatic (VA-24-00028515)

Notice Date
1/24/2024 1:26:02 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G24Q0061
 
Archive Date
02/08/2024
 
Point of Contact
Kever L Swafford, Contract Specialist, Phone: 713-794-7218
 
E-Mail Address
kever.swafford@va.gov
(kever.swafford@va.gov)
 
Awardee
null
 
Description
1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Pneumatic Tourniquet System product line as a candidate for a VA-wide (otherwise referred to as national ) single requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Sources Sought (SS) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC, in conjunction with VHA, is seeking a qualified source to provide Pneumatic Tourniquet System (Brand Name or Equal). The DVA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Pneumatic Tourniquet System to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Medical Equipment and Supplies Manufacturing. and the associated size standard is 1000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Tourniquets: Pneumatic product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Tourniquets: Pneumatic are designed to circumferentially constrict/compress an extremity for a limited period of time by applying a precise amount of pressure using an automated gas-inflated cuff. The pressure is applied upon the limb surface and underlying tissues using the cuff; pressure is then transferred to the blood vessels causing a temporary occlusion. Pneumatic tourniquets are used mainly during surgical procedures on the extremities enabling surgeons to perform procedures in bloodless operative fields. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Tourniquets: Pneumatic to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter indicate that each product being offered as an equal product to the Stryker® Tourniquets: Pneumatic. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The quoter must also clearly identify the item by brand name (if any) and make/model number. Finally, the quoter must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. The following line items comprise the Tourniquets: Pneumatic product line: The Department of Veterans Affairs (VA) is seeking vendors who can provide Tourniquets: Pneumatic identified above which meet all the following Salient Characteristics (SCs). Vendors are encouraged to quote any product solution or configuration so long as they meet the SCs. Vendors are also encouraged to quote any additional product that may be necessary for the clinical functionality of the equipment. CLIN 0001 applies to the following SC s. Contract Line Items Manufacture Part Number Description 0001 Stryker 5920-011-000 SmartPump Dual Channel 0002 Stryker 5920-013-000 SmartPump Rolling Stand 0003 Stryker 5921-109-135 Disp. 9x1.75, 1Bla, 1Prt, Quick Connect 0004 Stryker 5921-209-135 Disp. 9x2.75, 1Bla, 1Prt, Quick Connect 0005 Stryker 5921-112-135 Disp. 12x2, 1Bla, 1Prt, Quick Connect 0006 Stryker 5921-212-135 Disp. 12x3.5, 1Bla, 1Prt, Quick Connect 0007 Stryker 5921-115-135 Disp. 15x2.5, 1Bla, 1Prt, Quick Connect 0008 Stryker 5921-018-135 Disp. 18x3, 1Bla, 1Prt, Quick Connect 0009 Stryker 5921-218-135 Disp. 18x4, 1Bla, 1Prt, Quick Connect 0010 Stryker 5921-024-135 Disp. 24x4, 1Bla, 1Prt, Quick Connect 0011 Stryker 5921-030-135 Disp. 30x4, 1Bla, 1Prt, Quick Connect 0012 Stryker 5921-034-135 Disp. 34x4, 1Bla, 1Prt, Quick Connect 0013 Stryker 5921-044-135 Disp. 44x4, 1Bla, 1Prt, Quick Connect 0014 Stryker 5921-112-235 Disp. 12x2, 1Bla, 2Prt, Quick Connect 0015 Stryker 5921-212-235 Disp. 12x3.5, 1Bla, 2Prt, Quick Connect 0016 Stryker 5921-115-235 Disp. 15x2.5, 1Bla, 2Prt, Quick Connect 0017 Stryker 5921-018-235 Disp. 18x3, 1Bla, 2Prt, Quick Connect 0018 Stryker 5921-218-235 Disp. 18x4, 1Bla, 2Prt, Quick Connect 0019 Stryker 5921-034-235 Disp. 34x4, 1Bla, 2Prt, Quick Connect 0020 Stryker 5921-044-235 Disp. 44x4, 1Bla, 2Prt, Quick Connect 0021 Stryker 5921-018-245 Disp. 18x5.5, 2Bla, 2Prt, Quick Connect 0022 Stryker 5921-024-235 Disp. 24x4, 1Bla, 2Prt, Quick Connect 0023 Stryker 5921-018-145 Disp. 18x5.5, 2Bla, 1Prt, Quick Connect 0024 Stryker 5921-024-145 Disp. 24x5.5, 2Bla, 1Prt, Quick Connect 0025 Stryker 5921-109-235 Disp. 9x1.75, 1Bla, 2Prt, Quick Connect 0026 Stryker 5921-209-235 Disp. 9x2.75, 1Bla, 2Prt, Quick Connect 0027 Stryker 5921-030-235 Disp. 30x4, 1Bla, 2Prt, Quick Connect 0028 Stryker 5921-024-245 Disp. 24x5.5, 2Bla, 2Prt, Quick Connect 0029 Stryker 5920-000-304 Y Adaptor 0030 Stryker 5920-000-203 quick lock to quick lock 0031 Stryker 5920-000-204 Y-fill, quick to quick 10 0032 Stryker 5920-000-206 Fill set, quick to quick 10 0033 Stryker 5920-000-207 Fill set, quick to quick 20 0034 Stryker 5920-000-209 Y-fill set, quick to quick 10 0035 Stryker 5920-000-001 Extension tubing 40, single luer lock 0036 Stryker 5920-000-002 Extension tubing 40, single quick connect 0037 Stryker 5920-000-003 Extension tubing 60, single luer lock 0038 Stryker 5920-000-004 Extension tubing 60, single quick connect 0039 Stryker 5920-000-005 Extension tubing set 40, single luer lock 0040 Stryker 5920-000-006 Extension tubing set 40, quick connect 0041 Stryker 5920-000-007 Extension tubing set 60, luer lock 0042 Stryker 5920-000-008 Extension tubing set 60, quick connect 0043 Stryker 5920-000-101 Protective sleeve 4x8 (sterile, 10/pkg) 0044 Stryker 5920-000-102 Protective sleeve 6x9 (sterile, 10/pkg) 0045 Stryker 5920-000-103 Protective sleeve 4x8 (50/pkg) 0046 Stryker 5920-000-104 Protective sleeve 6x9 (50/pkg) 0047 Stryker 5920-000-201 10 luer lock to quick lock 0048 Stryker 5920-000-202 10 quick lock to luer lock 0049 Stryker 5920-000-205 10 fill set, luer lock to quick lock 0050 Stryker 5920-000-208 10 Y-fill set, quick lock to luer lock 0051 Stryker 5920-000-301 Adapter single, quick lock to luer lock 0052 Stryker 5920-000-302 Y Adaptor, single, luer lock to luer lock 0053 Stryker 5920-000-303 Y Adaptor, single, quick lock to luer lock 0054 Stryker 5920-000-305 Adapter set, quick lock to luer lock 0055 Stryker 5920-000-306 Y Adapter set, quick lock to luer lock 0056 Stryker 5920-000-307 Y Adapter set, quick lock to quick lock The Department of Veterans Affairs (VA) is seeking vendors who can provide Stryker® Tourniquets: Pneumatic or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. CLIN s 0001 0056 apply to the following SC s SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC Literature Map SC 1 Must provide a single and/or dual port/channel option Literature Review Stryker IFU Page 1 Zimmer Biomet Brochure Page 6 SC 2 Must provide a minimum/maximum pressure range, mmHg within 100 450 Literature Review IFU Page 29 Brochure Page 6 SC 3 Must have a procedure time setting feature for up to 240 minutes Literature Review IFU Page 28 ECRI Report Page 2 SC4 Must have battery backup with 5 hours minimum life Literature Review IFU Page 27 Brochure Page 6 SC 5 Must offer Touchscreen interface LED or LCD Literature Review IFU Page 27 Brochure Page 6 SC 6 Must have audio and visual alarms Literature Review IFU Page 5 Brochure Page 6 SC 7 Must have cuff leak detection Literature Review IFU Page 26 Brochure Page 6 SC 8 Must support table or pole mount Literature Review IFU Page 1 Brochure Page 4 SC 9 Control unit must perform self-calibration checks and digitally display elapsed-inflation time Literature Review IFU Page 25 ECRI Report Page 2 This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company Unique Entity ID Number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to kever.swafford@va.gov. Please respond to this SS no later than January 31, 2024 @4:00 AM CST DISCLAIMER: This Sources Sought Notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66a294ce6b324365bf97774f8a227d6d/view)
 
Record
SN06944573-F 20240126/240124230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.