SOURCES SOUGHT
Q -- FBO RFI for Latex Gloves
- Notice Date
- 9/22/2020 1:34:03 PM
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520R0137
- Response Due
- 9/30/2020 9:00:00 AM
- Archive Date
- 11/29/2020
- Point of Contact
- Carl L Henderson, Procurement Analyst, Phone: 410-637-1502
- E-Mail Address
-
Carl.Henderson3@va.gov
(Carl.Henderson3@va.gov)
- Awardee
- null
- Description
- 2 ATTACHMENT 1 STATEMENT OF WORK (SOW) Department of Veterans Affairs Veterans Health Administration, Procurement and Logistics (10NA2) Medical Supply Program Office COVID19 Statement of Work (SOW) for Coronavirus (COVID-19) Personal Protective Equipment (PPE) Latex Exam Gloves PROPOSED STATEMENT OF WORK FOR THE REQUEST FOR INFORMATION (RFI) SEE ATTACHMENT 2 FOR INSTRUCTION FOR RFI RESPONSES. A. GENERAL GUIDANCE 1. Title of Project: Veterans Health Administration (VHA), Procurement and Logistics (10NA2), Medical Supply Program Management Office (MSPO) Coronavirus (COVID-19) Personal Protective Equipment (PPE) Acquisition. No contract will result from this request for information (RFI), however, your participation is encouraged because the information gathered from this RFI will be used as market research for a future procurement. 2. Scope of Work: The purpose of this request is to obtain the appropriate information on available PPE to combat the spread of the Coronavirus and provide the necessary protection for VHA staff and the Veterans they serve. This request for information (RFI) is to streamline an urgent requirement to procure Latex Exam Gloves to prepare for COVID-19 treatment within VA healthcare facilities. The procurement of these Latex Exam Gloves will allow VHA to properly support VA facilities nationwide with the critical PPE to properly care for veterans. 3. Background: The U.S. Department of Veterans Affairs (VA), Veterans Health Administration (VHA) manages the United States largest integrated healthcare system, providing care at 1,243 healthcare facilities, including 172 medical centers and 1,062 outpatient sites of care of varying complexity (VHA outpatient clinics), serving approximately 9 million enrolled Veterans each year. Coronaviruses make up a large family of viruses that can infect birds and mammals, including humans. Historically, these viruses have been responsible for several outbreaks around the world, including the severe acute respiratory syndrome (SARS) pandemic of 2002-2003 and the Middle East respiratory syndrome (MERS) outbreak in South Korea in 2015. Recently, a novel coronavirus (2019-nCoV) triggered an outbreak in China in December 2019, sparking international concern. There at least 570 confirmed cases of novel coronavirus in more than 25 countries and territories outside mainland China, including the United States. The current coronavirus is highly contagious and is most often, spread from person-to-person contact within close range (about 6 feet) of an infected individual. Person-to-person spread is thought to occur primarily via respiratory droplets produced when an infected person coughs or sneezes, similar to how influenza and other respiratory pathogens spread. These droplets can land in the mouths or noses of people who are nearby or possibly be inhaled into the lungs. It s currently unclear if a person can get 2019-nCoV by touching a surface or object that has the virus on it and then touching their own mouth, nose, or possibly their eyes. In humans, coronaviruses typically cause a respiratory infection with mild to severe flu-like symptoms, with an incubation period of 14 and up to 24 days after exposure. This incubation period increases the potential for impact to the US population as infected persons who do not display symptoms are active and can pass the virus on to multiple individuals. A subset of individuals, including those with cardiopulmonary disease or a weakened immune system, are at high risk of the viral infection progressing to a more severe lower-respiratory infection such as pneumonia or bronchitis. To date, the 2019-nCoV has an estimated mortality rate of 2% of infected individuals however, the ease of transmission combined with the lengthy incubation period before an infected individual begins to display symptoms could skyrocket this estimated mortality rate. The Centers for Disease Control and Prevention (CDC) risk assessment for 2019-nCoV recommends use of the PPE described above to minimize exposure and infection for patients and healthcare professionals alike. Although VHA maintains appropriate levels of PPE items via the Medical/Surgical Prime Vendor-Next Generation (MSPV-NG) Program, the spread of COVID-19 could have high impact on existing PPE supplies. The procurement of additional Latex Exam Gloves will allow VHA to properly stage and supply VA medical facilities nationwide with critical PPE to properly care for veterans for a minimum 12-month period. 4. Performance Period: No Contract will result from this RFI. However, the information received from this RFI will help streamline a future procurement for this product. 5. Type of Contract: No contact will result from this RFI. B. CONTRACT AWARD MEETING No contract will result from this RFI. C. GENERAL REQUIREMENTS The purpose of this requirement is to obtain the highest quality Latex Exam Gloves at the best possible price to be used uniformly, as medically appropriate, in an inpatient and/or outpatient VA healthcare setting. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES The contractor shall provide the quantity of Latex Exam Gloves to meet all salient characteristics provided in the Minimum Technical Requirements (MTR) below. The contractor should be able to provide a total of 400,000,000 individual Latex Exam Gloves according to the below quantities and sizes: Small 40,000,000 Medium 120,000,000 Large 160,000,000 X-Large 80,000,000 The Latex Exam Gloves shall meet the following Minimum Technical Requirements (MTRs). Please use the chart below to respond either Go or No Go in the right column to indicate your ability to meet that specific Minimum Technical Requirement (MTR). Latex Exam Gloves Brand Name or Equal To: Medline Accucare Latex Brand Name or Equal to Examples: MDS191223, MDS191224, MDS191225, MDS191226 Go or No Go TECHNICAL SPECIFICATIONS METHOD OF EVALUATION MTR 1 FDA , NIOSH & CDC, and ASTM D3578 -19 performance standards for sizes: Small, Medium, Large, X-Large Literature Review MTR 2 Patient examination glove, disposable Literature Review MTR 3 No Powder. Meets ASTM D6124 Residual Powder Test: The amount of powder allowed on powdered gloves is 120mg. Powder free gloves may only contain a maximum of 2mg per glove. Literature Review MTR 4 Meets ASTM D3578 19 - Specifications for rubber exam glove. Glove material is natural rubber, latex. Literature Review MTR 5 Non-sterile Literature Review MTR 6 Single use Literature Review MTR 7 Ambidextrous Literature Review MTR 8 Puncture Resistant. Meets ASTM D412 Tensile Test: at least 14 MPa (post-aging) and elongation 700% before aging. Literature Review MTR 9 Meets ASTM D1671 Test to determine Blood-Borne Pathogen resistance. Literature Review MTR 10 Meets ASTM D5151 Test to rule out holes. Literature Review MTR 11 Meets ASTM D 5712 Test method, for the determination of protein levels in latex. Literature Review E. SCHEDULE FOR DELIVERABLES No contract will result from this RFI. However, the information below would be relevant when an actual solicitation is posted for award. Schedule for Deliveries Deliverable Quantities Delivery Date 1 20% of PPE awarded to be delivered NLT 30 days of award 2 20% of PPE awarded to be delivered NLT 60 days of award 3 20% of PPE awarded to be delivered NLT 90 days of award 4 20% of PPE awarded to be delivered NLT 120 days of award 5 20% of PPE awarded to be delivered NLT 150 days of award If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. F. CHANGES TO THE STATEMENT OF WORK The Deliverables and Schedule for Deliverables identified in Sections D and E are based upon the urgency of this requirement. If the planned changes by the contractor would render Sections D and E materially inaccurate, the contractor shall notify the Contracting Officer (CO) as soon as practical before signing the contract. Any changes to this SOW shall be authorized and approved only through written correspondence from the CO and changes will be definitized via contract modification. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS The contractor shall report to the COR and/or contracting officer in writing within one (1) business day upon awareness of any concerns about products or delay in delivery as outlined in this SOW to include an estimated timeframe for resolution, identification of the problem preventing the timely delivery, and the plan to mitigate this problem from occurring again. H. GOVERNMENT RESPONSIBILITIES The Government is responsible for communicating with the contractor promptly if assistance is needed in any matter related to this contract and for allowing reasonable time for contractor response and follow through. I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. J. Delivery and Location No contract will result from this RFI. The following information will, however, be included in a resulting solicitation. The contractor shall deliver the supplies ordered under this contract to location specified in the quantities outlined herein. Shipments will include packing slips / bill of ladings MUST include the contract number and/or purchase order number. In addition, all paperwork should provide information that provides appropriate delivery information as indicated below: COVID-19 PPE and PPE Item (Example: COVID-19 Hand Sanitizer) Contracted Vendor Company Name Brief Description of PPE Item: (Example: 8oz. Bottle) Quantity of Units to be delivered (Example: 20 Cases, Boxes, etc) Total per Unit and Total PPE Item (Example: 12 per Case, Total 240 bottles) The primary point of delivery will be the Health & Human Services (HHS), Program Support Center (PSC), Supply Chain Management Services (SCMS) warehouse unless otherwise specified during contract negotiations. HHS, PSC, SCMS Warehouse 4 Center Drive North East, MD 21901 Attn: VHA- COVID 19 Receiving hours are 7:00AM to 3:00PM EST **Note** Arrangements can be made for deliveries outside of normal receiving hours at least 24 hours in advance. Driving Directions (from I-95): Take Exit 100, MD 272 Southbound towards North East Turn Left at the traffic signal at Lums Road (Flying J on the left) Turn Left onto Center Drive 4 Center Drive is the last building on the Right Turn into the first driveway (at PSC sign) Proceed through gate to rear of building
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/798ffa83519742aaa405624fb6d9e7b4/view)
- Record
- SN05807621-F 20200924/200922230214 (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 |