SOURCES SOUGHT
65 -- WOUND VAC LEASE (VA-21-00086529)
- Notice Date
- 8/5/2021 10:23:16 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24621Q1131
- Response Due
- 8/13/2021 7:00:00 AM
- Archive Date
- 10/12/2021
- Point of Contact
- Jerry.Mann@va.gov, Jerry L Mann, Phone: 757-728-7193
- E-Mail Address
-
Jerry.Mann@va.gov
(Jerry.Mann@va.gov)
- Awardee
- null
- Description
- DISCLAIMER: THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE: The purpose of this RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 339112 (SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING) with the Small Business Size Standard of 1000 Employees. If the Government determines there are qualified vendors for this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: This requirement is for the purchase of Negative Pressure Wound Therapy Kits and Equipment Lease . The Contractor shall provide all labor, material, supplies, management, and supervision necessary to provide the listed items/accessories for the Asheville VAMC. The government is anticipating that this will be a brand-name or equal requirement and encourages all vendors that can meet or exceed the item descriptions below to respond to this source sought. If providing a like item/system, please include attachments, information, and part numbers to allow the government to assess whether your items/system will suffice for this requirement. REQUIREMENTS: Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than Friday; August 13, 2021 @ 1000 (10:00AM) EST. All interested parties should respond, in writing via email to jerry.mann@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award Please submit responses via email in Microsoft Office format by 1000 (10:00 AM) (Eastern Standard Time) 08/13/2021. Please include RFQ# 36C24621Q1131 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY. NEGATIVE PRESSURE WOUND THERAPY KITS (NPWT) CHARLES GEORGE VA MEDICAL CENTER (CGVAMC) STATEMENT OF WORK General: The CGVAMC has a requirement to procure disposable NPWT devices and lease lightweight, portable NPWT devices and standard NPWT devices that allow for use of foam-based products and provide compliance and consistency of care. The Department of Veteran Affairs (VA), Veterans Healthcare Administration (VHA) National Standardization Wound Care Integrated Product Team (WCIPT) has identified NPWT devices as aspirant items for standardization. The Contractor shall be paid for wound therapy by the days used and shall provide all equipment and delivery devices necessary to provide treatment. The Period of Performance for this requirement will be base year plus four (4) option years. The Government will retain the right to exercise the option or opt out based on the need and availability of funds. The estimated period of performance for this task order is: Base Year: 1 October 2021 30 September 2022 Option Year 1: 1 October 2022 30 September 2023 Option Year 2: 1 October 2023 30 September 2024 Option Year 3: 1 October 2024 30 September 2025 Option Year 4: 1 October 2025 30 September 2026 TYPE OF CONTRACT: Indefinite Delivery, Indefinite Quantity (IDIQ) 2.0 BACKGROUND: These wound units are kept on site to treat serious wounds and when wound days are used are invoiced by the vendor. It is estimated that the CGVAMC will require 150 therapy days per month. NPWT is intended for use to promote wound healing by secondary or tertiary intention by preparing the wound bed for closure through promoting growth of granulation tissue, promoting tissue perfusion, decreasing tissue edema, in the most time efficient manner, while managing exudate and protecting the wound from infection. NPWT is indicated for, but not limited to, chronic, acute, traumatic, surgical and dehisced wounds, partial-thickness burns, diabetic, pressure injuries or venous ulcers, flaps and grafts. 3.0 ORDERING: Online device ordering system/support matrix that allows devices to be issued, discontinued, and/or returned for repair by clinical staff. 4.0 INVOICING / PAYMENT: The Contractor shall submit invoices monthly in arrears, covering the services performed under this contract. All invoices shall be submitted electronically IAW Attachment 1, Tungsten/OB10 E-invoice Instructions. Invoices shall contain the following information: Contractor name, address, and telephone number Contract Number Appropriate Obligation/Funding Order Number Description of Services Provided Quantity Unit Price Total Price Device Serial Number Pt. ID
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0e5742b1dd814c8eb53d1e03b9735dd9/view)
- Place of Performance
- Address: Asheville VAMC 1100 Tunnel Road, Asheville NC
- Zip Code: NC
- Zip Code: NC
- Record
- SN06087470-F 20210807/210805230131 (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 |