SOURCES SOUGHT
65 -- Warming/Cooling Units – Patients Multiple Award BPAs
- Notice Date
- 4/13/2023 6:50:29 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G23Q0069
- Response Due
- 5/3/2023 1:00:00 PM
- Archive Date
- 08/01/2023
- Point of Contact
- Tonya W. Purce, Contract Specialist, Phone: 202-815-9502
- E-Mail Address
-
tonya.purce@va.gov
(tonya.purce@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the WARMING/COOLING UNITS PATIENTS product line as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished by awarding two or more Blanket Purchase Agreements (BPA). 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 Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance is for a 60-month ordering period from the date of award. The SAC in conjunction with VHA is seeking a qualified source to manufacture digital refractors on an agency wide basis. VA intends to award multiple BPAs to vendors with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) for supply of this equipment. Vendors will be required to deliver digital refractors to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 750 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 as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purpose 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 RFI 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 2.0 SCOPE Warming/Cooling Units Patients circulate warm or cold liquid through channels in large pads or blankets to raise, lower, or maintain a patient's body temperature. They are used to warm hypothermic patients or to cool feverish patients and are frequently used to induce mild hypothermia during neurosurgery or in patients who have experienced a stroke or cardiac arrest. Induced hypothermia lowers a patient's metabolism and has been shown to have neuroprotective effects. Preventing heat loss and hypothermia during other surgical procedures helps reduce the risk of pressure damage and wound infection due to decreased circulation. VA estimates the following quantities during the 60-months ordering period: CLIN Item Description UOM YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0001 Full Body Warming/Cooling Unit EA 65 65 65 65 65 The Department of Veterans Affairs (VA) is seeking vendors who can provide Warming/Cooling Units Patients which meet all the following Minimum Technical Requirements (MTRs): MTR # Minimum Technical Requirement Method of Evaluation MTR Literature Map Document Title Page # MTR 1 Must provide Auto Mode Patient Temperature Set Range between 90F to 100F Literature Review MTR 2 Must provide Full-body hypo and hyper -thermia application Literature Review MTR 3 Must provide Fluid Temperature Range between 40F and 104F Literature Review MTR 4 Must have temperature readout in both Celsius and Fahrenheit Literature Review MTR 5 Must have high temperature fluid and low temperature fluid visual and audible alarm Literature Review MTR 6 Must have low fluid visual and audible alarm Literature Review MTR 7 Must have a minimum reservoir capacity of 3.5 liters Literature Review MTR 8 Must have manual, automatic, and monitoring operation modes Literature Review MTR 9 Must be equipped with an automatic shutdown feature Literature Review For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs 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 MTRs. 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 DUNS number/ CAGE Code/ SAM UIE 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6428a1f24d414c5f822912e03cd77a83/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN06650737-F 20230415/230413230118 (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 |