SOLICITATION NOTICE
65 -- _Specimen_Containers - QSL FBO Package Worksheet
- Notice Date
- 7/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- ME-1202-28
- Point of Contact
- Mr. Tom Winkel, Phone: 011-49-6371-9464-4089, Mr. Rob Halliday, Phone: 011-49-6371-9464-4090
- E-Mail Address
-
thomas.p.winkel.ctr@mail.mil, robert.b.halliday2.ctr@mail.mil
(thomas.p.winkel.ctr@mail.mil, robert.b.halliday2.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Complete answers and all supporting documentation must be provided with the vendor’s submittal by the response date stated in the FBO Sources Sought notification. A vendor who does not meet all of these requirements or who does not submit documentation to support these requirements as requested will not be qualified for the QSL. Vendor must provide responses to the Sources Sought notification via the QSL FBO Package Worksheet. The Defense Medical Materiel Program Office (DMMPO) Medical Materiel Enterprise Standardization Office (MMESO) and the Defense Logistic Agency (DLA) Troop Support Medical Prime Vendor (PV) Program announce a Sources Sought Notification for the creation of a Qualified Suppliers Listing (QSL) for Specimen Containers. This is not a request for quote or proposal. The MMESO Europe is the lead MMESO for this project. These Specimen Containers products are for purchase by the Military Treatment Facilities (MTFs) of the Military Health System (MHS) and for the operational assemblages of the Army, Navy, Air Force, Marine Corps, and Naval Expeditionary Medical Support Command (NEMSCOM) and managed regionally by MMESOs North, South, West, Pacific and Europe, hereafter referred to as MMESOs. For information regarding DLA Troop Support Medical's PV program please access its web site at https://www.medical.dla.mil. This Sources Sought notification is intended to solicit information and products for evaluation in order to create a QSL in accordance with (IAW) FAR 9.2 for Specimen Containers. The QSL for Specimen Containers will be established approximately December 2013 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately January 2014 to submit pricing proposals to enter into an Incentive Agreement for Specimen Containers. The government reserves the right to standardize or not standardize on Specimen Containers. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Specimen Containers. Within the MHS MTFs and operational procurement this product line has an estimated annual dollar requirement of $748,395.82. This forecast is based on historical usage data during a recent 12-month period. Twenty product groupings were found to be relevant to the scope of this standardization action. Of the twenty product groups, four represent the clinically significant product groups for the QSL. Of those twenty, four items are considered the minimum requirement for Standardization and account for 88.65% ($663,477.96) of the total volume in sales ($748,395.82). The specifications for this project are shown in Requirements below. B. Instructions to Vendors Vendors interested in being added to the QSL will provide a response to the FBO Sources Sought notification via e-mail to the POCs below. The vendor's responses will include detailed information requested in the requirements listed in the FBO Sources Sought notification and must also include: (1) Company name and address; (2) Company POC (Name and Phone Number, Fax Number, and E-mail address); (3) Commercial and Government Entity (CAGE) Code; and (4) Identification of the Sources Sought notification to which the vendor is responding. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the MMESO Europe that its submission, quote, and literature actually arrived at the MMESO Europe via e-mail. Each submitting vendor is advised to confirm receipt; allowing adequate time for resubmission before the due date and time should a problem occur with the first submission. Vendor must complete and submit the FBO Package Worksheet. A vendor who cannot open the FBO Package Worksheet may contact the POC as noted in the FBO Sources Sought notification and a copy will be provided via an alternate method (fax, email, or hard copy). Upon submission of the requested information, vendor will be provided ship to addresses and requested to provide required products for evaluation as indicated in Evaluation paragraph below. Vendors that do not meet the deadline of COB 5:00 PM Eastern Standard Time (EST) on the date listed for closing, per the FBO Sources Sought notification, will not be eligible for subsequent participation in the Standardization Action. Submissions received after the date listed for closing will be reviewed periodically and vendors will be notified of whether they met or did not meet the QSL requirements within approximately 240 days. C. Source Selection Procedures The MMESO Joint Product Review Board (JPRB) will serve as the forum for clinical recommendations for product selection and coordinate logistics efforts in support of DoD Components. The board is chaired by Designated Senior Logisticians (DSLs) and co-chaired by Designated Senior Clinicians (DSCs) in the MMESO Areas of Responsibility (AORs) and includes clinicians and logisticians for MTFs within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. The MMESO DSLs and DSCs intend to review responses and evaluate products for selection for the QSL IAW FAR 9.2. Requirements to Qualify for QSL Specimen Containers requirements are outlined below. Complete answers and all supporting documentation must be provided with the vendor's submittal by the response date stated in the FBO Sources Sought notification. A vendor who does not meet all of these requirements or who does not submit documentation to support these requirements as requested will not be qualified for the QSL. Vendor must provide responses to the Sources Sought notification via the QSL FBO Package Worksheet. 1. Vendor must have a Distribution and Pricing Agreement (DAPA) or be in the process of applying for a DAPA number for the product line listed. Vendor must provide their DAPA number or provide documentation and date the DAPA number was applied for. Vendors who do not continue to process application for a DAPA number will not be considered for continued participation. 2. Vendor must have an agreement with the current DoD Medical/Surgical Prime Vendor CARDINAL HEALTH, or must work with CARDINAL HEALTH to initiate an agreement. 3. Vendor must have an agreement with the current DoD Medical/Surgical Prime Vendor OWENS & MINOR, or must work with OWENS & MINOR to initiate an agreement. 4. Vendor must have a government issued Commercial and Government Entity (CAGE) code assigned for products contained within the specific product group or be in the process of obtaining one. Vendors who previously had an active record in Central Contractor Registration (CCR) must validate that their account is Active in the System for Award Management (SAMs) and provide Cage Code. Vendors in the process of obtaining a Cage Code must provide documentation to support that they have registered in SAMs. Vendors who do not continue to process application for a CAGE Code and/or a SAMs account, will not be considered for continued participation. See https://www.sam.gov/portal/public/SAM/. 5. Vendor must provide the following items listed. Vendor must provide a complete itemized list of product line items supplied (manufactured and/or distributed by brands and descriptions), and product catalog & literature in response to this Sources Sought Notification. Vendor must submit the following information via FBO Package Worksheet for each offered product: Full item description, Distributor Part Number, Manufacturer Part Number, Manufacturer Name, and Number of eaches in Unit of Sale. Only ONE Vendor Part Number (PN) should be provided for each item/sample. Required Products / Units / Units of Sale (EACH) Specimen Container, 4-5 oz (120-150 ml), Sterile, with screw cap, label, maximum unit of sale (UOS) 300 containers per case / 2,009,352 / 300 Specimen Container, 3-3.5 oz (90 ml), Sterile, with screw cap, label, maximum unit of sale (UOS) 400 containers per case / 268,000 / 400 Specimen Container Urine 24 hour, 2.5-3 liters, with screw Lid/Cap, non-sterile, maximum unit of sale (UOS) 40 containers per case / 35,233 / 40 Specimen Container, 4-4.5 oz (120-135 ml), non-sterile, with screw cap, label, maximum unit of sale (UOS) 500 containers per case / 310,350 / 500 6. Vendor must indicate the country from which each item listed in Requirement Number 5 is an end product. Vendors having existing DAPA numbers must also ensure that all DAPA line items in the subject product line list the proper Trade Agreements Act country in the DAPA Management System. Vendor must provide date product line items were last updated in DAPA Management System. 7. Vendor must provide supporting documentation that the Specimen Containers are for single use only. 8. Vendor must provide supporting documentation that the Specimen Containers are Latex free or Latex safe. 9. Vendor must provide supporting documentation that the Specimen Containers have graduations that allow for observation and measurement of contents. 10. Vendor must provide supporting documentation that the Specimen Containers have a diameter of 48 millimeters or more at the mouth or opening when screw lid/cover is removed. 11. Vendor must provide supporting documentation that the Specimen Containers meet the Clinical and Laboratory Standards Institute (CLSI) GP16-A3 5.6.1 standard. 12. Vendor must provide supporting documentation Specimen Containers are constructed of materials that are free from interfering substances, ensuring the specimen containers remain chemically neutral with the specimen. 13. Vendor must provide Specimen Containers that, when working with gloved hands, close properly on the first attempt. 14. Vendor must provide Specimen Containers that when working with gloved hands, open without resistance. 15. Vendor must provide specimen containers that do not leak. 16. Vendor must provide Specimen Container packaging that allows proper delivery of the sterile container onto the sterile field. 17. Vendor MAY provide any or all of the additional items listed below following the same format as for requirements 5 and 6. Additional Item Descriptions Specimen Container, 163-172 oz, (5 liter), non-sterile, with lid/cap Specimen Container, 83-86 oz (2490-2580 ml), non-sterile, with lid Specimen Container Urine 24 Hour, 3.5-4 liters, non-sterile, with lid/cap Specimen Container, 32 oz (960 ml), non-sterile, with lid/cap Specimen Container, 64 oz (1920 ml), non-sterile, with lid/cap, label Specimen Container, 8 oz (240 ml), non-sterile, with lid/cap, label Specimen Container, 16 oz (480 ml), non-sterile, with lid/cap Specimen Container, 2 oz (60 ml), non-sterile, with lid/cap, label Specimen Container, 6/6.5 oz (180-195 ml), non-sterile, with lid/cap Specimen container, 190-192 oz (5.7 Liters), non-sterile, with lid/cap Specimen container, 3oz (90ml), non-sterile, with cap, label Specimen container, 8 liter (267 oz), non-sterile, with lid/cap Specimen container, 8 oz (240ml), with lid/cap, sterile Specimen container, 128 oz (3.8L), non-sterile, with lid/cap Specimen container, 2 oz (60 ml), sterile, with lid/cap, label Specimen container, 12 oz (360 ml), sterile, with lid/cap, label Evaluation Products for evaluation, identified below, will be requested to be sent to the Clinical Product Team (CPT) members at the participating MTFs. To ensure your eligibility to participate, all products required for evaluation must be shipped no later than 14 calendar days after issue of this notice, and arrive at the designated addresses for each MTF no later than 5:00 PM local time the 30th calendar day after issue of this notice. Any products received after that date cannot be guaranteed eligibility for the Standardization Action. Vendor must be able to deliver product literature/catalog, training materials and products for evaluation to the MMESO Pacific via FedEx or UPS and to the MMESO Europe via United States Postal Service (USPS) Priority Mail with Certified Mail Service and throughout the United States by selected shipping method when requested. Vendor must send the MMESO Europe verification regarding the shipment of literature and products. This information will include the date of shipment, final delivery date, tracking numbers and the carrier used by the vendor. Vendor will provide only the following products for evaluation. The products will be provided at no cost to the government for products or delivery, and unused products will not be returned. Five specimen containers each of the required items listed are to be provided as product samples to each of the evaluation sites as requested by the Lead MMESO. Vendor will be required to supply the same part number(s) submitted in FBO Package Worksheet. Items for Evaluation Specimen Container, 4-5 oz (120-150 ml), Sterile, with screw cap, label,, maximum unit of sale (UOS) 300 containers per case Specimen Container Urine 24 hour, 2.5-3 liter, non-sterile, with screw Lid/Cap, maximum unit of sale (UOS) 40 containers per case There will be approximately 20 MTFs enterprise wide that will be evaluating products. Each evaluator will evaluate the vendor submissions in the Specimen Container product line. The MMESO CPT will review the responses from the vendors and the results from the product evaluations and determine which vendors meet the requirements. A vendor who provides all requested information and meets the requirements will be selected and added to the QSL. Vendors will be notified of whether they met or did not meet the QSL requirements by approximately December 2013. Points of Contact (POCs): Mr. Tom Winkel, MMESO Europe Team Leader, thomas.p.winkel.ctr@mail.mil, DSN (314) 590-4089, Com 011-49-6371-9464-4089; and Mr. Rob Halliday, MMESO Europe Clinical Analyst, robert.b.halliday2.ctr@mail.m il, DSN (314) 590-4090, Com 011-49-6371-9464-4090. DLA Troop Support Medical Contracting Officer: Tara J. Perrien, tara.perrien@dla.mil (215) 737-8307.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/ME-1202-28/listing.html)
- Place of Performance
- Address: ERMC HQ, CMR 402 box 219, Dept G4, Bldg 3739, Rm 222, Landstuhl, Rhineland-Palatinate, Non-U.S., APO09180, Germany
- Record
- SN03122677-W 20130721/130719235237-9e6e14a1e9422f05c4de91a9ab16c30b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |