Washington Bids > Bid Detail

W065--Five (5) Negative Pressure Wound Therapy Units Rental/Lease Acquisition

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159176113541329
Posted Date: May 11, 2023
Due Date: May 17, 2023
Solicitation No: 36C26023Q0586
Source: https://sam.gov/opp/51e88e81f5...
Follow
W065--Five (5) Negative Pressure Wound Therapy Units Rental/Lease Acquisition
Active
Contract Opportunity
Notice ID
36C26023Q0586
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 10, 2023 07:04 pm EDT
  • Original Response Date: May 17, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W065 - LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Puget sound VA Health Care System Seattle , WA 98108
    USA
Description
THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This sources sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method.
The intended contract is a firm-fixed price supply rental/lease acquisition.

The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential contractor sources which can provide the following supplies and services:

Five (5) Negative Pressure Wound Therapy Units to meet the Brand Name or Equal Statement of Work and Salient Characteristics of the 3M V.A.C. Ulta and ActiV.A.C.® Therapy Units (found below) for the Department of Veterans Affairs VISN 20 in accordance with the attached Statement of Work and Salient Characteristics.

Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Dane.Gift@VA.Gov no later than noted in the RFI. No telephone inquiries will be accepted.
Appropriate responses shall include the following information:
Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Statement of work and Salient Characteristics to include:
References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Statement of Work and Salient Characteristics
Capability Statement
Capability to provide required supplies at VISN 20 in accordance with the Statement of Work and Salient Characteristics

NAICS Code 339112 is applicable to determine business size standard.
Disclaimer and Important Notes:
This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following:

MFG PN
Item
Qty
ULTDEV01/US.P
V.A.C.Ulta Therapy Unit with V.A.C. Veraflow Therapy
1/Day
340000.P
ActiV.A.C.® Therapy Unit
1/Day

Salient Characteristics:

Minimum battery runs time of approximately 6 hours.
Maximum Battery recharges time of approximately 3-5 hours.
Device weight: 3.5kg.
Secured integrated exudate collection canister capable of holding 500-1000 mL
The device shall provide a range of negative pressure in continuous and/or intermittent modes.
The device shall be capable of intermittent instillation/irrigation therapy with adjustable dwell time options.
Device shall provide internal calculation of needed instillation volume depending on wound capacity.
Range of pressure options from 50 to 200 mmHG in 2 mmHG increments.
The device shall provide user interface monitor with intuitive touch screen controls for simplified navigation.
The device shall provide an alarm system that has a volume sufficiently loud and distinctive so as to be heard over noise commonly occurring in the areas where the device is used.
Alarm shall alert when canister is full or tubing is blocked, when canister is missing, or tubing/dressing leaks, when the battery is low, or the device is non-operable.
The device shall be capable of being cleaned, disinfected and reprocessed.

Statement of Work:

1. Under this agreement the contractor shall initially consign five (5) Negative Pressure Wound Therapy Units (Wound Vac per the Salient Characteristics above) and associated supplies/services to In-patient ward 5E at the VAPSHCS Seattle VAMC. The contractor shall provide units to maintain a rental stock on the shelf of five (5) units at all times during the period covered for this agreement.
2. Units will include (5) standard NPWT Unit V.A.C. Ulta Therapy System or equal, using intermittent instillation therapy with dwell time options with compatibility to canisters and dressings available in facility stock.
3. New or additional negative wound therapy units offered by the contractor and deemed advantageous by the VAPSHCS Seattle VAMC for patient care may be added to this agreement at any time upon mutual agreement of the parties through bilateral modification issued by a Contracting Officer.
4. The Department will utilize contractor s product on a first-in, first-out basis. The contractor will remove and replace inventory upon notification by the point of contact of a unit being used, to maintain a consistent stock of five (5) units on the shelf at all times.
5. The Government is liable for payment only for those units used. At the end of the contract period, unused items shall be returned to the contractor without
reimbursement or other expenses to the Government. Unused items will be removed from the VAPSHCS Seattle VAMC by the contractor within thirty (60) days after rental agreement end-date.
6. The Government is responsible for storing the rented inventory and using them as indicated by product labeling. The Government will provide proper storage and security for supplied item(s) and is responsible for expenses incidental to safekeeping within the Government premises.
7. The Contractor agrees to maintain five (5) unused units on the shelf at all times during the term of the rental agreement. Restock to maintain the 5 unused shelf units shall be accomplished within 48 hours. All deliveries are to be coordinated through the facility point of contact or designee.
8. The Contractor will replace defective products at no cost to the Government.
9. Either party may terminate this agreement by giving thirty (30) day written notice. The contractor will remove all unused products furnished for stock at
this facility within thirty (30) days upon expiration of this Agreement or upon receipt of written notice of cancellation.
10. Contractor shall supply technical support by telephone available 24 hours per day, 7 days per week. (24/7). Contractor shall make available upon request at
no additional charge, hands on education and training for clinicians and support staff to all shifts for the life of the contract. Educational materials must be available on the company s website.
11. Contractor shall provide the newest generation model for rental stock.
12. The Contractor shall remove or replace rented inventory as necessary, i.e., a broken unit, a used unit, or a unit recall. Contractor agrees that the replacement items will be shipped within two working days or sooner after notification from VAPSHCS Seattle VAMC. These replacement services will be completed at no cost to the Government, all items shall be shipped F.O.B. Destination.

13. Expedited requests by the VAPSHCS Seattle VAMC shall be prepaid by the Contractor and billed to the VAPSHCS Seattle VAMC.
Potential contractors shall provide, at a minimum, the following information to Dane.Gift@va.gov.

1) Company name, address, and point of contact, phone number, e-mail address, and SAM UID.

2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Surgical and Medical Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following:

[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business

3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).

4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.

Responses are due by 05/17/2020 5:00 PM EST, to the Point of Contact.

Shipping Address:
Department of Veterans Affairs
Puget Sound VA Health Care System
1660 South Columbian Way
Seattle, WA 98108-1532

Point of Contact:
Dane Gift
Contracting Officer
Dane.Gift@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 10, 2023 07:04 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >