Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2018 FBO #6201
SOURCES SOUGHT

65 -- 650-19-1-7806-0003: Kinetic Concepts Wound Vac rental use 2019 (VA-18-00160373)

Notice Date
11/13/2018
 
Notice Type
Synopsis
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Connecticut;950 Campbell Avenue;West Haven CT 06516
 
ZIP Code
06516
 
Solicitation Number
36C24119Q0052
 
Response Due
11/19/2018
 
Archive Date
1/3/2019
 
Point of Contact
LINDA RENAUD
 
Small Business Set-Aside
N/A
 
Description
To whom it may concern; The Department of Veterans Affairs intends to enter into a purchase agreement with: KINETIC CONCEPTS, INC 12930 W INTERSTATE 10 SAN ANTONIO, TX 78249-2248 The VA Medical Center Providence, RI requires NEGATIVE PRESSURE WOUND THERAPY. There are currently 3 ULTDEV01/US P Units on site. There is no charge till a unit is placed in service. A rental fee is incurred, once one is put into use then we are billed for that use daily. The hospital has 3 ULTDEV01/US P units on site at no Charge incase more than one is needed at same time. VA Contracting did a search of the VIP web site and found a multiple amount of SDVOSB and SVOSB vendors available for renting machines. The VA is posting this Sources Sought to notify and be aware of any vendors that may be able to provide us with these machines. Vendors must be able to deliver a product which can meet our high standard of care. The SOW attached here states the needs of this requirement. Any interested parties who can identify their capabilities and meet our needs should respond to the requirement and furnish detailed data concerning their capabilities to provide the product. This notice is not a request for competitive quotes; however, any firm that believes it can meet the requirements must provide written notification to the Contracting Officer by November 19th at 1200 hours EST. Information should be sent to Sean Powers, Contracting Officer, at sean.powers2@va.gov Information received will be considered solely in determining whether this Item is a Limited Source. If no responses are received by the response date and time, The Department of Veterans Affairs will proceed with the intended agreement. All questions concerning this requirement must be in writing and submitted via email to sean.powers2@va.gov All contractors are required to be registered in the System for Award Management (www.samgov). Service Disabled and Veteran-Owned Small Businesses (SDVOSB and VOSB) must be registered and certified in www.vetbiz.gov Vendor Information Pages VIP). The North American Classification System (NAICS) code is 339113. STATEMENT OF WORK INTRODUCTION Scope A contract is requested for vendor to supply specialty medical units which 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 be compatible with sterile canisters that contain isolyzer gel, provide hydrophobic filtration, and hold a minimum of 500 ml and a maximum of 1000 ml 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. The contractor shall provide all fully qualified labor, supervision, set-up, installation, rental, technical/maintenance support and on-site training necessary to perform on-site delivery of wound care therapy at the VA Medical Center in Providence. The units must promote wound healing and remove fluids from the wound and install medication into the wound when available. It must be FDA approved for patients with chronic, acute, traumatic, sub-acute and dehisced wounds, partial-thickness burns, ulcers (such as diabetic or pressure), flaps and drafts. The therapy is intended to create an environment that promotes wound healing by secondary or tertiary (delayed primary) intention by preparing the wound by removing exudates and infectious material. Units must also be compatible with the currently stocked disposable sterile dressings-Granufoam or Granufoam Silver and White foam. REQUIREMENTS Lightweight and portable system designed specifically for the ambulatory patient with easy to use technology to facilitate the mobility of the patient. Unit/Device safety alarm: low battery, loss or decrease in prescribed pressure setting and leak alarm. Therapy delivery modes: continuous or intermittent of low, medium, or high. Battery powered for transport, with battery life in excess of 4 hours. Intuitive menu or touch screen. Minimum software requirements: 1. Software to measure and calculate wound area and volume, 2. Software to track therapy, date audio, 3. Visual cues to access dressing leaks (ability to detect patient and enclosure leakage current 100 micro-amps. Have at least one of more USB ports. Electrical Data: Voltage 100-240, frequency 50-60 Hz Therapy History Report documenting patient compliance with therapy. Three wound V.A.C. units will be assigned to the equipment area in the Distribution section in Logistics. When put into service, vendor will be notified, billing will begin, and a replacement unit will be delivered within 24 hours of request. Vendor will be notified when the unit is no longer in use and will be picked up by the vendor. Units will be delivered in good operating condition. Any malfunctioning unit will be replaced by the vendor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/36C24119Q0052/listing.html)
 
Place of Performance
Zip Code: 02908-4734
 
Record
SN05149831-F 20181115/181114063601 (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.