6515--626-24-3-2066-0274 - Wound VAC Rental - Logistics - Base plus 4 Options

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Type of Government: Federal
FSC Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
NAICS Category:
  • 339113 - Surgical Appliance and Supplies Manufacturing
Posted Date: Apr 16, 2024
Due Date: Apr 16, 2024
Solicitation No: 36C24924Q0257
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
6515--626-24-3-2066-0274 - Wound VAC Rental - Logistics - Base plus 4 Options
Active
Contract Opportunity
Notice ID
36C24924Q0257
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 16, 2024 07:43 am CDT
  • Original Response Date: Apr 16, 2024 08:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Robley Rex VA Medical Center Louisville , 40206
Description
On behalf of the Robley Rex VA Medical Center , Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support, this requirement for a firm-fixed-priced, Base plus 4 Options, for Wound V.A.C Therapy Unit Rental. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 339113, which contains a size standard of 800 employees, Commercial And Government Entity (CAGE) Code and Unique Entity Identification (UEI) Number.

Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 339113.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Please provide the following information as an attachment to your response:

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?

Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Response to this SSN shall not exceed 10 pages and should include all of the fore-mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:
Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 08:00 CT, April 16, 2024. All responses under this SSN must be emailed to Martha.Warren1@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).






STATEMENT OF WORK
Negative Pressure Wound VAC Rental System

GENERAL INFORMATION:

Title of Project: The Tennessee Valley Healthcare System (TVHS) Veteran Administration (VA) Medical Center has a continuing need for Negative Pressure Wound Therapy that will be used for Veteran inpatients at TVHS Nashville VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212 and TVHS Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129. TVHS Nashville intends on maintaining one unit at a time, and order all others as needed per patient.
Scope of Work: The contractor will provide all resources necessary to accomplish the deliverables of all products to meet all salient characteristics defined in BPA. The contractor will provide back-up assistance for troubleshooting and staff education as needed as well as provide onsite consultation and/or assistance in cases of difficult wound management.
The contractor shall provide Negative Pressure Wound Therapy (hereafter referred to as NPWT or NPWT systems) that will include the wound vac pump. The NPWT systems will be provided within the prescribed turn-around times to the Wound and Ostomy department to be distributed to the inpatient care areas of TVHS, VA Medical Center, Nashville. (hereafter referred to as VA, VAMC, or the government). The contractor will place three NPWT pumps to have on-hand for immediate inpatient needs with Nursing at a pre-determined location. The contractor will provide staff education on the placement and troubleshooting the NPWT system as requested by the Wound and Ostomy Department on an as needed basis. The contractor will provide servicing of the NPWT system while on the inpatient units as needed/requested. The contractor will also provide retrieval of the NPWT systems and decontamination within the prescribed turnaround time after patient discharge.
Background: The use of NPWT is utilized by a wide range of services in the VA system. These services include General Surgery, Vascular Surgery, Podiatry, Orthopedic Surgery, Thoracic Surgery, Plastic Surgery, Internal Medicine, and the Wound/Ostomy Department.
In the event, that all facility placed NPWT systems are in use, then a request to the contractor from Nursing is placed for additional NPWT systems. The requested NPWT system should be on the nursing unit within 2 hours of the order and ready for placement. Once the NPWT is no longer needed, the unit is returned to a pre-determined soiled utility closet for vendor pick up and general decontamination. The contractor is notified of the NPWT discontinuation at the time of removal from the patient. The NPWT system can be picked up within 24 hours. If this is a facility placed NPWT, a replacement NPWT system needs to be delivered at the same time that the used unit is removed.
In the event the NPWT is transferred in place to the extended care facility at Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129 the contractor is notified of the NPWT location. If this is a facility placed NPWT, a replacement NPWT system needs to be delivered.
If the NPWT will continue being used on an outpatient basis, the ability to transition to an outpatient system provided by the prosthetic service without loss of NPWT time or need to institute new dressing changes prior to discharge is important for patient continuity of care. System compatibility from inpatient to outpatient use is an important component.
Tracking of NPWT use including patient placement and period of use is the responsibility of COTR and reported to the contractor for monthly billing purposes.
The contractor needs to provide 24/7 access for staff for troubleshooting purposes, which may include a request for a clinical consultant to return to the unit for additional onsite assistance.
Performance Period: The contract term is for sixty (60) months to begin May 1, 2024. TVHS will issue a delivery order only for the current fiscal year. The VA's obligation under this contract shall terminate at the end of each fiscal year. TVHS shall unilaterally renew by issuing a renewal delivery order that shall be effective on the first day of each succeeding fiscal year.

Base Period:
May 01, 2024 April 30, 2025
1st Option Period
May 01, 2025 April 30, 2026
2nd Option Period
May 01, 2026 April 30, 2027
3rd Option Period
May 01, 2027 April 30, 2028
4th Option Period
May 01, 2028 April 30, 2029

Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). The exception to this is in the case of medical necessity, as determined by the attending physician, which will require 24/7 NPWT and associated supplies availability.
The eleven federal holidays observed by the Federal Government are: New Year s Day; Martin Luther King, Jr. s Birthday; Washington s Birthday; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, and any other day specifically declared by the President of the United States to be a federal holiday.
Place of Performance: TVHS Nashville VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. All areas that are designated as inpatient care areas, which include but not limited to Wound/Ostomy care units 2G, 2N, 3N and 4N, SICU, OR, Bone Marrow. May be used at Alvin C. York VA Medical Center as needed for our extended care Veteran patients.

EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES
Optional Task One: Provide 24/7 phone support for NPWT troubleshooting.
Optional Task Two: Provide 24/7 onsite troubleshooting after other resources have been utilized. This may include a clinical specialist to return to the nursing unit for additional staff education and troubleshooting as requested by the Wound and Ostomy Department.
Optional Task Three: Provide education support to hospital staff (including but not limited to nursing, medical, biomedical, SPS, Supply Chain) and wound/skin team members yearly and as needed and requested by Wound/Ostomy Department
Optional Task Four: Provide tracking and usage reports at least quarterly.
Optional Task Five: Provide ongoing research and national best practice recommendations for NPWT.

Security Requirements: Not Required. Contractor will not have access to VA sensitive information.
Invoices:
Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, and submitted electronically through Tungsten Network in arrears.
Department of Veterans Affairs
Financial Services Center
P.O. Box 149971
Austin, TX 78714-8971
A properly prepared invoice shall contain:
Invoice Number and Date
Contractor s Name and Address
Accurate Purchase Order Number
Supply or Service provided
Period Supply or Service Provided
Total Amount Due

Please begin submitting your electronic invoices through the Tungsten Network for
payment processing, free of charge.
If you have questions about the e-invoicing program or Tungsten Network, contact
information is as follows:

Tungsten e-Invoice Setup Information: 1-877-489-6135
Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-invoice email: vafsccshd@va.gov

Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP
Government Responsibilities:
The VA will provide:
i. General cleaning to the NPWT system per manufacturers guidelines
ii. The VA will provide notification of patient discharge and request for NPWT pick up to the vendor.
iii. The VA will track patient use and length of time for contractor billing reconciliation.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 16, 2024 07:43 am CDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 6515--761-24-2-014-0146 -Chelmsford CMOP MED SURGE -(VA-24-00046336) Active Contract Opportunity Notice ID 36C77024Q0183

Federal Agency

Follow 6505--OPEN MARKET PHARMACEUTICAL-FENOFIBRATE 48MG (VA-24-00060032) Active Contract Opportunity Notice ID 36C77024Q0254 Related

VETERANS AFFAIRS, DEPARTMENT OF

Views: Current Version ( 37 ) All Versions ( 37 ) Details IFB-63364

State Government of Virginia

Bid Due: 4/30/2024

Follow 6520--695-24-2-969-0198 CEREC SPEEDFIRE, PRIMEPRINT (VA-24-00068642) Active Contract Opportunity Notice ID 36C25224Q0420 Related

VETERANS AFFAIRS, DEPARTMENT OF