6515--Medical Supplies Program Office (MSPO) Requirement: Therapeutic Footwear (VA-23-00016414)

expired opportunity(Expired)
From: Federal Government(Federal)
36C10G23Q0027

Basic Details

started - 02 Feb, 2023 (15 months ago)

Start Date

02 Feb, 2023 (15 months ago)
due - 09 Feb, 2023 (14 months ago)

Due Date

09 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
36C10G23Q0027

Identifier

36C10G23Q0027
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103449)VETERANS AFFAIRS, DEPARTMENT OF (103449)STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) (1062)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NOTICE OF INTENT: The U.S. Department of Veterans Affairs (VA), through the Office of Procurement, Acquisition and Logistics (OPAL), on behalf of the Veterans Health Administration (VHA) and the Strategic Acquisition Center (SAC), is issuing this Request for Information (RFI) in the hopes of attaining sufficient information for market research purposes.The VHA is seeking potential vendors from all categories: Large and Small Businesses, to include Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) contractor(s) for the production and/or supplier of therapeutic shoes.The objective of this information is to provide market research for the availability of Pricing, Data Analysis, and Coding Contractor (PDAC) approved therapeutic footwear medical/surgical supplies for nationwide usage. PDAC is a Medicare contractor responsible for assigning and providing guidance on proper use of Healthcare Common Procedure Coding System (HCPCS) codes. Certain
products require code verification review (CVR) in order to be reimbursed by Medicare and most other payers.The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113The Product Service Code is 6515The Size Standards for NAICS in Number of Employees: 750SCOPE:To determine the availability/capability of a wide spectrum of both men s and women s name brand footwear and include footwear that s available in half sizes and multiple widths. To also determine the availability/capability of modern styles, to include casual and athletic footwear in multiple color options that meet the minimum feather requirements below:a. Has a full length, heel-to-toe filler that when removed provides a minimum of 3/16 of additional depth used to accommodate custom-molded or customized inserts; andb. Is made from leather or other suitable material of equal quality (indicate what other materials and what percentage of each, if applicable); andc. Has some form of shoe closure; andd. Is available in full and half sizes with a minimum of three (3) widths so that the sole is graded to the size and width of the upper portions of the shoe according to the American Standard Last Sizing Schedule or its equivalent. The American Last Sizing Schedule is the numerical sizing standard used for shoes in the United States (reference Note 1 and Attachment I)Note 1: Any or all offered styles shall be available in 75% or more of the sizes listed in the chart under Attachment Ie. Offerors will have available for purchase or exchange: inserts meeting the requirements set forth by the Centers for Medicare & Medicaid Services (CMS) for A5510/A5512 (reference Note 2) and devices that are appropriately sized and shaped to allow for simple exchange of inserts with the ones provided as standard with the shoes without trimming or reshapingNote 2:HCPCS Code: A5510 - Description: For diabetics only, direct formed, compression molded to patient's foot without external heat source, multiple-density insert(s) prefabricated, per shoe.HCPCS Code: A5512 - Description: For diabetics only, multiple density inserts, direct formed, molded to foot after external heat source of 230 degrees Fahrenheit or higher, total contact with patient's foot, including arch, base layer minimum of 1/4 inch material of shore a 35 durometer or 3/16-inch material of shore a 40 durometer (or higher), prefabricated.f. Any model addressed in the response must meet Buy American Act (BAA) compliance or Trade Agreement Act (TAA) compliance. If not, please indicate which footwear models do not.CLOSING STATEMENT:In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. Responses to this RFI are strictly voluntary and VA will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. Not responding to this RFI does not preclude participation in any future notices, if any is issued.If a Solicitation is issued, it will be synopsized on the Contract Opportunities SAM.gov (Home) website at https://beta.sam.gov/content/opportunities. This RFI does not restrict the Government's acquisition approach on a future Solicitation.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. 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).RESPONSE INFORMATION:Please submit responses to this RFI (to include the industry feedback request and comment within Attachment II) to the Contracting Officer, Mr. Brian C. Love, via e-mail at Brian.Love@va.gov, and to the Contract Specialist, Ms. Sherlyne Thomas, at Sherlyne.Thomas@va.gov. Please include a point of contact, company name, business size standard, phone number, e-mail address, website information, and a capability statement in your response to the RFI. Responses must be received by this office on or before 03:00 PM EST on February 9, 2023 (date extended from February 2, 2023) and must reference RFI number: 36C10G23Q0027.

10300 SPOTSYLVANIA AVE SUITE 400  FREDERICKSBURG , VA 22408  USALocation

Place Of Performance : 10300 SPOTSYLVANIA AVE SUITE 400 FREDERICKSBURG , VA 22408 USA

Country : United StatesState : Virginia

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies