REQUEST FOR INFORMATION
1.0 DESCRIPTION
The Veterans Health Administration (VHA) Non-Expendable Equipment National Program identified Vein Finders as a candidate for VHA-wide (otherwise referred to as national ) single award Requirements contract. The Department of Veterans Affairs (DVA) Office of Acquisition Operations (OAO) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 15.201(e) to determine the availability and technical capabilities of qualified sources.
VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. The SAC in conjunction with VHA is seeking a qualified source to provide AccuVein brand name or equal Vein Finders on an agency wide basis. Vendors will be required to deliver Vein Finders to VHA facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Delivery requirements shall be specified under each individual order.
The proposed acquisition will consists of a 12 month base period and two (2) 12 month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need.
The applicable North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. All Offerors must be certified with the appropriate NAICS code on Vendor Information Pages.
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
The scope of this effort falls in line with VA s mission, goals, and objectives in support of providing Veterans care. Vein Finders are designed to help health care practitioners find veins quickly. They are portable devices used on the surface of the skin to display veins in real time for venipuncture. The following Contract Line Items will be awarded in the proposed contract:
Contract Line Item#
Description/Part Number
0001
AV400 Vein Viewing System; includes battery, charging cradle kit, universal power supply and multinational adapters / AV400 or equal
0002
Extended reach power wheeled stand / HF470 or equal
0003
Unpowered wheel stand / HF450 or equal
0004
Hands free solution pole clamp with flexible arm / HF410 or equal
0005
On Site User Training for AV400 Vein Viewing System
0006
On Site Biomedical/Technical Training for AV400 Vein Viewing System
0007
User Manual for AV400 Vein Viewing System
0008
Service Manual for AV400 Vein Viewing System
The Department of Veterans Affairs (VA) is seeking vendors who can provide AccuVein AV400 brand Vein Finders as listed above or equal commodities which meet all of the following salient characteristics:
SC #
SALIENT CHARACTERISIT
METHOD OF EVALUATION
SC 1
Must have durable solid non-absorbing, non-staining, corrosion-resistant design
Literature Review
SC 2
Must be less than 12 oz., hand held, and portable with the option to affix to a stand or flexible arm clamp.
Literature Review
SC 3
Must have ergonomically design with easy to read and easy to use controls.
Literature Review
SC 4
Must have a rechargeable battery and battery indicator.
Literature Review
SC 5
Must be able to noninvasively project veins accurately on the surface of the skin to help health care practitioners find a vein for venipuncture in a safe and efficient manner.
Literature Review
SC 6
Must be able to be cleaned using hospital grade cleaning solutions. Surface material must be able to tolerate a very high frequency of intense cleaning. Vendor must provide manufacturer-cleaning guidelines.
Literature Review
SC 7
Must use a medical grade power cord with a hospital grade plug and a minimum cord length of 8 feet. Must use standard electrical wall outlet - 110V-120V circuit; 120V 60Hz AC input. Must include AC power adapter and batter
Literature Review
SC 8
Must provide options for hands free operation.
Literature Review
SC 9
Must demonstrate compliance with the American National Standards Institute (ANSI), Underwriters Laboratories (UL), American Section of the International Association for Testing Materials, International Electro technical Commission (IEC)
Literature Review
3.0 RFI SUBMISSION INSTRUCTIONS
Companies are encouraged to respond if they have the capability and capacity to provide AccuVein brand name or equal Vein Finders which meet all of the salient characteristics. However, be advised that generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to provide the required product.
If your firm has an interest in responding to the requirement described above, please provide the following:
Corporate Capability Statement Information:
Corporate Capability Statement; demonstrates capabilities, knowledge and experience related to the Vein Finders described above (please detail if capability exists to meet each spec listed). If significant subcontracting or teaming is anticipated in order to deliver technical capability and scale, organizations should address the administrative and management structure of such arrangements.
a) Provide a summary of your company s relevant experience in providing solutions that provide quick (real time) response to what if scenarios when schedule, technical changes, and financial changes occur with the program.
b) Demonstrate ability to provide a significant increase or decrease of support (e.g., rapidly identify, equip and employ resources to support the Government in the event of an immediate surge or reduction in requirements.)
Responses shall be:
Identified with the RFI number; and include: Company s name, CAGE code, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Also please include Small Business designation if applicable.
Interested parties shall submit a Corporate Capability Statement not exceeding 10 single-sided, type-written pages using 12-point type or larger.ÃÂ
The page limit does not apply to advertising material such as company brochures and catalogs. If there is any information you deem proprietary, please mark accordingly.
SUBMISSIONS ARE DUE 13 SEP 2017, by 2:00PM, Eastern Standard Time. All responses under this RFI must be emailed to
[email protected].
Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the OAO/SAC view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted
If you have any questions concerning this opportunity please contact Tonya Purce at
[email protected] .
4.0 DISCLAIMERS
The government will evaluate market information to ascertain potential market capacity to:
Provide the commodity 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;
3) Implement a successful project management plan that includes: compliance with delivery schedules; and meeting the rigid listed specifications.
Bid Protests Not Available