Q523--Labor, equipment, management, materials, supplies, and other elements necessary to provide complete Autologous Transfusion (Cell Saver) Services. This is not a Request for Quote.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Performance Work Statement (PWS)
For
AUTOLOGOUS TRANSFUSION (CELL SAVER) SERVICES
SERVICE AND EQUIPMENT/SUPPLIES TO BE PROVIDED
GENERAL:
The contractor shall provide preoperative blood cell saver autologous transfusion services as needed to support the Veteran beneficiary patients in the Operating Room of the Wilmington VA Medical Center (WVAMC) located at 1600 Kirkwood Hwy, Wilmington, DE. 19805.
BACKGROUND:
The WVAMC is classified with a complexity level 2 representing a medium level of volume, patient risk, teaching and research. Our operative complexity is designated as Standard to Intermediate .
The WVAMC supports saving the blood supply and unnecessary exposure to the patient to viral markers. The vendor will work in conjunction with the blood bank department in the laboratory and the Operating Room to target the patients needing Cell Savers for Preoperative and Postoperative Blood services. Research has demonstrated the importance of preventing unwanted diseases through exposure to other people s blood, when possible.
PLACE OF PERFORMANCE:
Operating Room (Endovascular Suite), BLDG 1 2nd Floor, Wilmington VA Medical Center
Operating Room, BLDG 1 3rd Floor, Wilmington VA Medical Center
PERIOD OF PERFORMANCE:
03/26/2026 03/25/2027
SCOPE:
The vendor should make available all resources necessary to accomplish the deliverables described in this Performance Work Statement (PWS), except as may otherwise be specified. Contractor provides a qualified technician, Cell Saver Elites, Carts, and disposables to provide perioperative autologous collection services. Task orders will be placed against the contract on an as needed basis to the Wilmington VA Medical Center s operating room located in building 1, 3rd floor. The quantities specified in the PERIOPERATIVE AUTOLOGOUS COLLECTIONS SERVICE AGREEMENT (PACS) are estimates only and are not purchased by this contract. The quantities represent the government s best estimate of actual quantities which may be required over the term of the contract. The Contractor will be paid, in accordance with this schedule, only for actual work performed.
Code
Service Description
PACS001
PACS: COMPLETE SERVICE
PACS002
PACS: ADDITIONAL TIME - PER 15 MINUTES
PACS003
PACS: STAND-BY SERVICE
PACS004
PACS: APRP
PACS005
PACS: APRP ADD-ON TO COMPLETE SERVICE
PACS006
PACS: ANTICOAG-ASPIRATION ASSEM
PACS011
PACS: CANCELLATION FEE - BEFORE SET-UP
PACS012
PACS: PROFESSIONAL SERVICE
PACS013
PACS: CANCELLATION FEE - AFTER SET-UP
PACS014
PACS: NON-SCHEDULED CASE FEE
PACS015
PACS: OFF HOURS RESPONSE FEE
PACS016
PACS: MICRO AGGREGATE FILTER
PACS017
PACS: TRANSFER PACK
PACS025
PACS: LEUKOREDUCTION FILTER
PACS033
PACS: PROCESSING BOWL KIT
PACS034
PACS: RESERVOIR
SERVICES:
Basic autotransfusion will be used where large blood loss is anticipated. Procedures will include but not be limited to vascular, trauma, gynecological, and some orthopedic cases. Any procedure in which medical staff determine whether this service is required shall be covered under this contract. Basic service will include use of contractor provided equipment, disposable supplies, setup and take down of equipment, and one registered nurse operator or certified technician for approximately a four (4) hour period.
Mini autotransfusion will be used either intra or post operatively on surgical procedures where nominal to moderate blood loss is anticipated. Procedures will include but not be limited to: Orthopedic cases such as total knee and total hip arthroplasties, ORIF, and retropubic prostatectomy. Mini autotransfusion will include all use of contractor provided equipment, disposable supplies, setup and take down of equipment, and one registered nurse operator or certified technician for approximately a minimum of a two (2) hour period.
The contractor shall provide services in accordance with American Association of Blood Bank (AABB) standards.
The contractor shall provide all labor, equipment, management, materials, supplies, and other elements necessary to provide complete Autologous Transfusion (Cell Saver) Services for the Wilmington VA Medical Center. Registered nurses and/or technicians shall be fully qualified and possess direct, documented experience in the performance of the referenced services.
Universal precaution procedures, in accordance with CDC, OSHA, & JC guidelines, shall be adhered to for services provided under this contract.
The services to be performed by the Contractor shall be performed in accordance with WVAMC policies and procedures and the regulations of the medical staff by-laws (available upon request) of the WVAMC.
The contractor shall provide only equipment and supplies that are approved by the Food & Drug Administration (FDA) for autotransfusion. The Contractor shall obtain written approval from the Contracting Officer (CO) prior to implementing any changes or substitution of equipment/supplies during the term of this contract. An approved list of supplies shall be submitted to, and maintained by, the Contracting Officer s Representative (COR) in collaboration with OR Nursing Leadership. The contractor shall be responsible for providing the necessary machine along with the disposable bowl and reservoir. The WVAMC staff are not responsible for Contractor provided equipment/supplies and/or staff. Contractor shall ensure all equipment and supplies are in pristine condition and supplies are not expired. They shall be maintained in a condition suitable for operating room applications. No other condition is considered acceptable and shall not be used in the performance of this contract. Maintenance and repair of the Contractor s equipment is the sole responsibility of the Contractor.
The Contractor shall place two (2) contractor owned cell saver machines in the operating room area and remain there for the duration of the contract. It is agreed that WVAMC personnel shall not, at any time, set up or operate contractor equipment or machines. However, WVAMC personnel shall be authorized to begin all necessary operations required for emergency collection set-up when they deem necessary for appropriate patient care.
VA REQUEST FOR CELL SAVER PROCESS:
During normal business hours, the Surgical Resident enters a consultation requesting a cell saver.
The Impact Nurse makes the request and provides this information to the Inventory Management Specialist.
Inventory Management Specialist calls to order the cell saver with the following information-
Surgeon Name
Operating Room phone number
Type of Surgical Procedure
Patient Name
Date and Time of Procedure
Malignancy Status
After hours, Saturday, Sunday and Holidays
Emergency Service can be ordered through the same Clinical Services phone number on a 24-hour, 7-day basis. The Surgical Resident, Nursing Supervisor, or O.R. nurse can order these services.
TRANSPORTATION AND TRAVEL TIME:
The price of this service shall include the transportation of personnel and equipment/supplies. No additional charges shall be authorized for transportation.
RESPONSE TIME AND QUANTITIES:
The Contractor shall provide all necessary equipment, supplies, and a registered nurse or certified technician within 30 minutes of notification of needed emergency services by the Nursing Leadership or other authorized representative as identified by the CO or COR.
Upon arrival, the registered nurse and/or technician shall immediately report to the WVAMC circulating nurse assigned to the procedure.
The Contractor shall not be required to perform in excess of three (3) Basic and one (1) Mini service at any one time under this contract.
HOURS OF COVERAGE:
The contractor shall provide coverage twenty-four (24) hours per day, seven (7) days per week. This is a critical life-saving component for patient care. Accordingly, Contractor shall be prepared to perform services at all times.
QUALITY MANAGEMENT PROGRAM:
The Contractor shall have a quality management program in place, that ensures equipment and personnel perform in accordance with American Association of Blood Banks (AABB), College of American Pathologists (CAP), Joint Commission (JC) standards as applicable. The Contractor shall submit a detailed planned which accurately details their quality control management program to the CO prior to contract start-up. Contractor shall obtain written approval from the CO prior to implementing any changes in their approved quality management program. Failure of the Contractor to ensure personnel and equipment conform to these standards shall be cause for termination of the contract.
PERFORMANCE MONITORING AND SURVEILLANCE METHODS:
The COR shall use the surveillance methods listed below in the administration of this contract.
DIRECT OBSERVATION:
100% surveillance: The Surgeon will observe the contract Perfusionist during each case and provide feedback to Nursing Leadership who will communicate with the COR.
PERIODIC INSPECTION:
Inspections scheduled and reported quarterly per COR delegation or as needed. COR will ask the contract Perfusionist for licensure, certification, registration, and maintenance of certification as a perfusionist information updates each month.
VALIDATED USER/CUSTOMER COMPLAINTS:
The contractor will be monitored through a variety of mechanisms, including but not limited to:
QA monitors to assess the quality of care provided by the contractor.
Review of medical record documentation.
The Contractor is required to meet Joint Commission standards, as applicable. These performance standards may change during the course of the contract. Any new or revised quality/performance criteria or standards will be provided to the contractor before their implementation date and renegotiated into the contract as necessary. Attachment 1 contains the Performance Metrics that will be used to monitor the contractor.
Monitoring of contractor s time shall be demonstrated through sign-in/ sign-out sheets. The contractor shall be required to sign an attendance log-upon reporting to work and departing from work. The Contracting Officer s Representative (COR) is designed to be the Surgical Care Line s Administrative Team. The COR shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer.
PERSONNEL QUALIFICATIONS/TRAINING:
The Contractor shall ensure all personnel are fully qualified, competent, and have the training, and experience to perform the services in accordance with the terms & conditions of this contract and all other applicable regulations. The Contractor shall provide documentation/certification letters of qualifications, training, licensure, and experience of proposed personnel which the Contractor anticipates utilizing to perform services under this contract. Contractor shall provide evidence their prospective personnel have received all Vaccines (with TB and COVID-19 immunization being the most critical), as well as training for safety/blood borne pathogens and HIPPA. Personnel shall not be used prior to approval by the COR. This approval shall be in writing. Information shall be provided prior to the addition of new staff members.
It is the contractor s responsibility to provide competency assessments, evaluations, credentials, licensure and/or or any other documents on its employees required to comply with the accreditation policies and standards of the Joint Commission. Employees of the contractor shall be a citizen of the United States and proficient in spoken and written English.
Failure to ensure personnel meet the minimum qualification requirements shall represent grounds for contract termination. The qualifications of Contractor personnel performing under this contract are subject to review and approval by the WVAMC Chief of Staff and the WVAMC Director. Accordingly, Contractor shall supply the list of prospective employees as quickly as possible, but not later than three days after contract award, to ensure personnel are in place in an acceptable period of time. Contractor personnel will be subject to a Special Agreement Check (SAC) via electronic fingerprinting prior to or simultaneous with entry on duty to WVAMC premises.
HIPPA Responsibility: Contractor agrees to comply with the requirements under the Health Insurance Portability and Accountability Act of 1996 (HIPPA). Notwithstanding anything to the contrary in this contract, all individually identifiable health information shall be treated as confidential by parties in accordance with all applicable federal, state, or local laws and regulations and official guidance promulgated there under, and the parties agree to take such additional steps and/or negotiate such amendments to this contract as may be required to ensure that the parties are and remain in compliance with the HIPAA regulations and official guidance.
Security requirements: The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include but are not limited to Federal Information Security Management Act (FISMA), Appendix II of OMB Circular A-130, and guidance and standards, available from the Department of Commerce s National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST s Web site at:
http://www.checklists.nist.gov
To ensure appropriate security controls are in place, contractors must follow the
procedures set forth in: VA Information and Information System Security/Privacy
Requirements for IT Contracts located at the following web site:
http://www.iprm.oit.va.gov
The Contracting Officer or COTR will provide the details required for obtaining the VHA Privacy Policy Training.
In accordance with VHA Directive 6500, Appendix G, Department of Veteran s Affair (VA) National Rules of Behavior, each contractor must read and sign the VA National Rules of Behavior prior to gaining any access to VA information and/or information systems. Contractors must initial and date each page of the copy of the page of the VA National Rules of Behavior; they must also provide the information requested on the last page, sign and date it.
Contractor Employee Security and HIPPA Training: Contractor shall certify that all employees working on this contract receive VHA Privacy Training. This training can be accessed online through the VA Learning Management System (LMS). Proof of training is required.
Contractor Personnel Security Requirements: All contractor employees who require access to the Department of Veterans Affairs computer system shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract the contractor will be responsible for the actions of those individuals that provide or perform work for the VA.
CONTRACTOR RESPONSIBILITIES:
Contractor shall bear the expense of obtaining background investigations
The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. The contractor shall provide the screening results of the VA Contracting officer prior to award and anytime new employees are hired
The contractor will provide to the Contracting Officer prior to award the following: (1) List of names of contract personnel. (2) Social security numbers of contractor personnel, (3) Home address of contractor personnel or the contractor address
APPROVAL OF CONTRACTOR PERSONNEL:
The WVAMC reserves the right to refuse employment under this contract or require dismissal from contract work of any contractor employee or subcontractor employee who, by reason of previous unsatisfactory performance at the VA or for any other reasonable cause, is considered by the Contracting Officer to be objectionable, as long as thirty (30) days written notification of unsatisfactory performance has been provided to the contractor and the problem has not been cured in the thirty (30) day period.
KEY PERSONNEL AND TEMPORARY EMERGENCY SUBSTITUTIONS:
The Contractor shall assign to this contract the following key personnel:
Key Registered Nurse
Key Registered Nurse
Back up Registered Nurse
Back up Registered Nurse
Back up Registered Nurse
Back up Registered Nurse
Certified Technician
Certified Technician
During the first ninety (90) days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer, in writing, within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period of the contract, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions.
The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the people being replaced. The Contracting Officer Shall notify the Contractor within 15 calendar days after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel.
For temporary substitutions where the key person will not be reporting to work for three
(3) consecutive workdays or more, the Contractor will provide a qualified replacement for the key person. This substitute shall have comparable qualifications to the key person. Any period exceeding two weeks will require the procedure as stated above.
REPORTING REQUIREMENTS:
The contractor shall provide a log report for each procedure to include the date, patient s name, locally assigned patient identification number, volume processed, volume returned, and name & signature of the registered nurse.
All records of services rendered, and supplies used shall be provided to Logistics.
UNUSED WHOLE BLOOD:
When there is whole blood remaining at the completion of a surgical procedure the nurse operator shall ensure proper labeling as follows: Patient s name, locally assigned patient identification number, and date & time. The nurse operator shall inform the Operating Room circulating nurse and Anesthesia when there is remaining whole blood.
PERSONNEL POLICY:
The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To conform with this policy, the Contractor shall provide the following minimum requirements:
-worker s compensation
-professional liability insurance
-health examinations
-income tax withholding, and
-social security payments
The personnel performing under this contract shall not be considered SAVAHCS employees for any purpose and shall be considered employees of the Contractor.
PERSONAL ARTICLES:
The WVAMC shall provide a locker for contractor personnel to store personal articles for safekeeping. Contractor shall be responsible for any lock they wish to utilize
To maintain environmental sanitation no personal articles shall be brought into the operating
room.
DEFINITIONS/ACRONYMS -
AABB American Association of Blood Banks
CAP College of American Pathologists
CDC Centers for Disease Control
CO - Contracting Officer.
COR - Contracting Officer s Representative.
JC Joint Commission.
OSHA Occupational Safety and Health Administration
WVAMC Wilmington VA Medical Center
FEDERAL HOLIDAYS OBSERVED BY THE SAVAHCS:
New Year s Day Labor Day
Martin Luther King Day Columbus Day
President's Day Veterans Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
June Nineteenth
*Note Please ensure you understand this contract is in effect 365 days a year, 24 hours a day.
IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS:
It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The WVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions.
Smoking is prohibited inside all buildings at the WVAMC and on VA property.
Possession of weapons and alcohol are prohibited.
Enclosed containers shall be subject to search.
Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
PRIVACY AWARENESS TRAINING:
Privacy Training:
The Contractor and their sub-contractors assigned work under the contract are required to receive annual training on patient privacy as established by HIPAA statutes. Training must meet VHA s and the Department of Health and Human Services Standards for Privacy of
Individually identifiable health information. Contractor shall provide documented proof to the contracting officer that all employees assigned work and/or having access to Protected Health Information have received annual training. Proof of training is to be forwarded to the Contracting Officer. Information on fulfilling the training requirement as stated in this paragraph can be found at https://www.ees-learning.net. For contractors and sub-contractors who do not have access to VHA computer systems, this requirement is met by receiving VHA National Privacy Training, other VHA approved privacy training or contractor furnished training that meets the requirements of the HHS standards.
A Business Associate Agreement (BAA) may be required for any contract that requires either a SAC or a NACI or higher and that is not otherwise exempt from the requirement for a BAA. The BAA shall be attached to solicitation document for this requirement. Contractor shall supply completed BAA with their solicitation offer.
ORDERS:
A task order shall be placed against the basic contract on an annual basis to provide funding for services. In no event shall the established limit be exceeded without prior modification by the CO. See contract documents for complete procedures and requirements.
ATTACHMENT 1 - PERFORMANCE METRICS
Task
PWS
Para
Performance Measures
Acceptable Quality Level
Method of Surveillance
Basic Autotransfusion
1.B.1
At All Times
100%
Observation and random inspection
Mini Autotransfusion
1.B.2
At All Times
100%
Observation and random inspection
Equipment and Supplies
1.C
At All Times
100%
Observation and random inspection
Response Times
3.
At All Times
100%
Observation and random inspection
Personnel Qualifications
7,
7.1,
7.2 & 7.3
At all times
100 %
Observation and random inspection (auditing)
Reporting Requirements
8
At all times
100%
Observation and random inspection (auditing)
Privacy Awareness
16
At All Times
100 %
Observation and random inspection (auditing)
PRICE/COST SCHEDULE:
All quantities listed are considered estimates.
Item information
Item Number
Description of Supplies
Estimated Quantity
Unit
0001
Autotransfusion Professional Fee
1
EA
0002
Hourly charge for cases beyond 10 hours
1
EA
0003
Autrotransfusion Case Cancellation (After contractor arrives on site)
1
EA
0004
Autotransfusion Case Cancellation (Cancellation with < 3 hours notice)
1
EA
0005
Emergent Autotransfusion Fee
1
EA
Disposables description
3L Reservoir Only 150 micron filter
Basic A&A Assembly
Procesing Set (125ml)
Processing Set (225ml)
Vacuum Line
Blood Filter 40 Micron
Blood Filter Lipid Reduction
Blood Filter Leucocyte Reduction
Blood Transfer Bags
Blood QC Sample Copuler
CAPITAL EQUIPMENT
DESCRIPTION
Haemonetics Elite Autotransfusion Device QTY (2)
Vendor shall be responsible for all maintenance, including PM for the equipment.
End of Performance Work Statement (PWS).
Instructions to Vendors:
The information identified is intended to be descriptive of Autologous Transfusion (Cell Saver) supplies and services. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.
Responses to this Request for Information (RFI) should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 621991.
Please answer the following questions:
Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are in a large business, do you have any designated authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.
(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of the job.
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?
(10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only; it will not be used to evaluate any type of award.
(11) Please submit your capabilities regarding the brand name or equal to equipment.
(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
This RFI will be conducted in accordance with the Federal Acquisition Regulation (FAR) Part 12. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Friday November 28, 2025. This notice will help the VA in determining available potential sources only. Reference 36C24426Q0090 in the subject of the email response.
Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed in an email by the Contract Specialist, David Santiago.
All firms responding to this RFI are advised that their response is not a request for proposal, therefore they will not be considered for a contract award.
If a solicitation is issued, information will be posted on the Sam.gov web site for all qualified interested parties at a later date, and interested parties must respond to this Sources Sought Notice to be considered for a set-aside.
This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.