SOURCES SOUGHT
Q -- Labor, equipment, management, materials, supplies, and other elements necessary to provide complete Autologous Transfusion (Cell Saver) Services. This is not a Request for Quote.
- Notice Date
- 10/27/2025 12:24:59 PM
- Notice Type
- Sources Sought
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24426Q0059
- Response Due
- 11/7/2025 1:00:00 PM
- Archive Date
- 01/06/2026
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- PERFORMANCE WORK STATEMENT (PWS) Autologous Transfusion (Cell Saver) Services SERVICE AND EQUIPMENT/SUPPLIES TO BE PROVIDED General The contractor shall provide all labor, equipment, management, materials, supplies, and other elements necessary to provide complete Autologous Transfusion (Cell Saver) Services for the Corporal Michael J. Crescenz VA Medical Center. Registered nurses will be fully qualified and possess direct, documented experience in the performance of the services referenced. Services Basic autotransfusion will be used where large blood loss is anticipated. Procedures will include but not limited to: Vascular, Trauma Orthopedics, Gynecological, ENT, SPINE, Neurosurgery, and Orthopedics. Any procedure in which medical staff determine this service is required shall be covered under this contract. Basic service will include use of contractor provided equipment, disposable supplies, setup and take down of equipment, and one registered nurse operator or certified technician. Mini autotransfusion will be used either intra or post operatively on surgical procedures where nominal to moderate blood loss is anticipated. Mini autotransfusion will include all use of contractor provided equipment, disposable supplies, setup and take down of equipment, and one registered nurse operator or certified technician. Equipment and Supplies The contractor will provide only equipment and supplies that are approved by the Food & Drug Administration (FDA) for autotransfusion. The Contractor shall obtain written approval from the Contracting Officer (CO) prior to implementing any changes or substitutions of equipment/supplies during the term of this contract. An approved list of supplies shall be submitted to and maintained by the Contracting Officer s Representative (COR). The contractor shall be responsible for providing the necessary machine(s) along with the disposable bowl and reservoir. Contractor shall ensure that all equipment and supplies are in pristine condition and not expired. Maintenance and repair of the Contractor s equipment is the sole responsibility of the Contractor. TRANSPORTATION AND TRAVEL TIME The price of this service will include the transportation of personnel and equipment. No additional charges shall be authorized for transportation. RESPONSE TIME AND QUANTITIES The Contractor shall provide all necessary equipment, supplies, and a registered nurse or certified technician within 30 minutes of notification of needed services by the authorized representative from the VA for urgent cases. Two contractor-owned cell-saving machines shall be placed in the operating room and remain there for the duration of the contract. It is agreed that the CMC VAMC personnel shall not, at any time, set up or operate contractor equipment or machines. However, CMC VAMC personnel shall be authorized to begin all necessary operations required for emergency collection set-up when they deem necessary for appropriate patient care. The Contractor shall not be required to perform in excess of three (3) Basic and one (1) Mini service at any one time under this contract. When the Contractor determines equipment requires additional maintenance, they shall schedule the time with the OR nurse managers. The contractor will only be in the facility when government personnel are aware of the duration of the visit. HOURS OF COVERAGE The Contractor shall provide coverage twenty-four (24) hours per day, seven (7) days per week. This is a critical lifesaving component for patient care. Accordingly, Contractor shall be prepared to perform services at all times. QUALITY MANAGEMENT PROGRAM The contractor shall have a quality management program in place that ensures equipment, and personnel perform in accordance with the American Association of Blood Banks (AABB), College of American Pathologists (CAP), Joint Commission (JC) Standards as applicable. Failure of the Contractor to ensure personnel and equipment conform to these standards shall be cause for termination of the contract. KEY PERSONNEL AND TEMPORARY EMERGENCY SUBSTITUTIONS CMC VAMC reserves the right to refuse employment under this contract or require dismissal from contract work of any contractor employee or subcontractor employee who, by reason of previous unsatisfactory performance at the VA, or for any other reasonable cause, is considered by the Contracting Officer to be objectionable, as long as thirty (30) days written notification of unsatisfactory performance has been provided to the contractor and the problem has not been cured in the thirty (30) day period. Key Registered Nurse Key Registered Nurse Back-Up Registered Nurse Back-Up Registered Nurse Certified Technician Certified Technician Back-Up Technician CMC VAMC shall provide a locker room for contractor personnel to store personal articles for safekeeping. Contractor shall be responsible for any lock they wish to utilize To maintain environmental sanitation no personal articles shall be brought into the sterile environment (Operating Room and/or CORE) PERSONNEL QUALIFICATIONS/TRAINING The Contractor shall ensure all personnel are fully qualified, competent, and have the training and other experience to perform the services in accordance with the terms & conditions of this contract and all other applicable regulations. The contractor shall provide documentation/certification letters of qualifications, training, and experience of proposed personnel. REPORTING REQUIREMENTS The contractor shall provide a log report for each procedure to include the date, patient name, patient identification number, volume processed, volume returned, and name and signature of the nurse or technician. UNUSED WHOLE BLOOD When there is whole blood remaining at the completion of a surgical procedure the nurse operator or certified technician shall ensure proper labeling as follows. Patient name, patient assigned identification number and date & time. The operator shall inform the Operating Room staff nurse where there is remaining whole blood. FEDERAL HOLIDAYS OBSERVED BY CMC VAMC: NEW YEAR S DAY MARTIN LUTHER KING JR S BIRTHDAY WASHINGTON S BIRTHDAY MEMORAL DAY JUNETEENTH INDEPENDENCE DAY LABOR DAY COLUMBUS DAY VETERAN S DAY THANKSGIVING DAY CHRISTMAS DAY * PLEASE NOTE THAT THIS CONTRACT IS FOR 365 DAYS A YEAR, 24 HOURS A DAY IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS It is the responsibility of the contractor to park in the appropriate designated parking areas. CMC VAMC will not validate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside or outside any buildings at CMC VAMC and on VA property Possession of weapons and alcohol are prohibited Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court PERIOD OF PERFORMANCE 1 Year Period of Performance: 05/01/2026 04/30/2027. END OF PERFORMANCE WORK STATEMENT (PWS) Instructions to Vendors: The information identified is intended to be descriptive of Autologous Transfusion (Cell Saver) supplies and services. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this Request for Information (RFI) should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 621991. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are in a large business, do you have any designated authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of the job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only; it will not be used to evaluate any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with the Federal Acquisition Regulation (FAR) Part 12. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Friday November 7, 2025. This notice will help the VA in determining available potential sources only. Reference 36C24426Q0059 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed in an email by the Contract Specialist, David Santiago. All firms responding to this RFI are advised that their response is not a request for proposal, therefore they will not be considered for a contract award. If a solicitation is issued, information will be posted on the Sam.gov web site for all qualified interested parties at a later date, and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9212339ea896498ba02019a0092ecd95/view)
- Place of Performance
- Address: The Corporal Michael J. Crescenz VA Medical Center Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia, 19104-4551, USA
- Zip Code: 19104-4551
- Country: USA
- Zip Code: 19104-4551
- Record
- SN07629067-F 20251029/251027230038 (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 |