Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOURCES SOUGHT

65 -- Wound Vacuums *BRAND NAME OR EQUAL*

Notice Date
4/10/2025 1:21:19 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
 
ZIP Code
78240
 
Solicitation Number
36C25725Q0495
 
Response Due
4/16/2025 3:00:00 PM
 
Archive Date
05/01/2025
 
Point of Contact
Matt Lee, Contracting Specialist, Phone: 210-393-9281
 
E-Mail Address
matthew.lee5@va.gov
(matthew.lee5@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs Olin E. Teague Veterans Medical Center Nursing Service in Temple, Texas intends to award a brand name or equal contract award for the purchase of Wound Vacuums. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112 with a size standard of 1,000 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9.00 EA WOUND VAC THERAPY UNIT ***PLEASE COMPLETE BELOW CERTIFICATE AND ATTACH WITH YOUT RESPONSE** 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. Statement of Work Inpatient Wound Therapy Vacuum Negative Pressure Wound Therapy (NPWT) A. GENERAL GUIDANCE Title of Project: Wound Vac, Negative Pressure Wound Therapy Purchase Background: As part of the Department of Veteran Affairs (VHA) efforts to optimize patient care and safety for the patients treated, the Central Texas Veterans Health Care System, 674 (CTVHCS), The use of Wound Vac Negative Pressure Wound Therapy (NPWT) is utilized by a wide range of services in the US Veterans Health Administration. These services include General Surgery, Vascular Surgery, Podiatry, Orthopedic Surgery, Thoracic Surgery, Urology, and Internal Medicine. The determination to use NPWT is based on collaboration between the requesting service physician and the wound care team. This communication is documented through the consult process. There are instances during surgery when NPWT is deemed necessary. At that time the patient condition and the physician s medical decision determine NPWT initiation with wound care team follow up. Once a decision has been made to initiate NPWT, it is important to have the equipment readily available to facilitate placement by qualified professionals in a timely manner. Scope of Work: The Central Texas Veterans Health Care System (CTVHCS), 1901 S. 1st Street, Temple, TX, Nursing Service is requesting to purchase 9 each Wound Therapy Vacuum, Negative Pressure Wound Therapy (NPWT) for the inpatient care areas. Description of Equipment: Inpatient Wound Therapy Vacuum, Negative Pressure Wound Therapy (NPWT) Deliverables for Wound Vac, NPWT Pumps, should include the following, at a minimum: a. Accommodates 500ml and 1,000 ml canisters. b. At least four-hour battery life for easier patient transport c. Accommodates small and large wounds. d. Negative Pressure: 50-200 mmHg e. Mode of Operation: Continuous and Intermittent f. Intensity: 10-50 mmHg/second g. Adjustable dressing draw down intensity. h. Alarms protected from accidental changes. i. IV pole clamp for increase patient mobility j. Continuously monitors and maintains target pressure. k. System monitors for leaks, blockage, low battery, canister full and adequate negative pressure at wound site l. NPWT system compensates for pressure variances at the wound site due to patient position, movement, and exudates characteristics. m. Ability to instill topical medications to wound bed. n. Charcoal filters to help reduce odor. o. Canisters come with gel, tubing, clamp, and connector. Shipping, Installation/Assembly: Equipment assembly will be completed by the facility, as well as trash removal. Shipping and receipt of equipment is estimated 120 days from award. Delivery Address: Central Texas Veterans Health Care System, 1901 Veterans Memorial Drive, Building 206, Warehouse, Temple, Texas 76504. Delivery hours are Monday - Friday 8: 00 am to 4:30 pm. Deliveries shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are 10 Federal holidays set by law (USC Title 5 Section 6103) that CTVHCS follows: Under current definitions, four holidays are set by date: New Year's Day - January 1 Independence Day - July 4 Veterans Day - November 11 Christmas Day - December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King s Birthday Third Monday in January Washington s Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November Records Management: Citations to pertinent laws, codes, and regulations such as 44 U.S.C Chapter 21, 29, 31 And 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Security Statement: The C&A requirements do not apply, and that a Security Accreditation Package is not required . The CTVHCS Supply Chain Management Staff, BioMed Staff, Inpatient/Acute and CLC NMs, and the COR will ensure there is No Remote Access, and the vendor will be chaperoned while on site, if applicable. CHANGES TO THE STATEMENT OF WORK The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the COR on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity, or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. GOVERNMENT RESPONSIBILITIES The government shall provide a COR as the technical expert and Contractor's point of contact. The government shall provide escorts and reasonable access to equipment when required. The government shall cooperate with Contractor personnel so that service can be performed efficiently and without interruption. The government will provide escorted access to patient care areas and any sensitive areas. The Contractor shall coordinate access to all areas with the COR or Facility POC to minimize the negative impact on patient care. The government shall schedule, and coordinate install locations with the Contractor to minimize disruption to patients and patient care activities. (END OF STATEMENT OF WORK)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64c52a2058644505a65dc15cbf87a011/view)
 
Place of Performance
Address: Department of Veterans Affairs Olin E. Teague Veterans Medical Center 1901 Veterans Memorial Drive, Temple, TX 76504, USA
Zip Code: 76504
Country: USA
 
Record
SN07405528-F 20250412/250410230112 (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 |
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.