Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
MODIFICATION

65 -- Pacemakers, Implantable Cardioverter Defibrillators (ICD?s), Heart Failure Devices and all necessary associated peripheral Cardiovascular Devices

Notice Date
1/11/2006
 
Notice Type
Modification
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0200-04-R-5005
 
Description
This synopsis is a modification to the original synopsis. The purpose of this synopsis is to inform industry that the open seasons for receipt of proposals has been amendend in the subject solicitation. Solicitation SP0200-04-R-5005 allows for two open seasons-the first open season will commence on January 12, 2006 and close April 12, 2006 at 3:00 P.M./EST. The second open season will commence July 12, 2006 and close October 12, 2006 at 3:00 P.M./EST. Proposals received during the open season will not be evaluated before the solicitation has closed. Offerors are requested to submit complete proposal for all requirments, as specified in the solicitation. The Defense Supply Center Philadelphia (DSCP) is establishing an eCommerce Manufacturer Direct Program for ?Physician Preference? cardiovascular devices. DSCP is seeking proposals from manufacturers interested in entering into a Firm-Fixed Price (with Economic Price Adjustment) Indefinite Delivery/Indefinite Quantity (IDIQ) contract (s) to support the world wide demand for Manufacturer Direct products that fall into the following product line groups; Pacemakers, Implantable Cardioverter Defibrillators (ICD?s), Heart Failure Devices and all necessary associated peripheral Cardiovascular Devices. Offerors will be required to submit a catalog, detailing their entire product line that falls within these product line groups. All products must be Food and Drug Administration (FDA) approved. We intend to award contracts to manufacturers who submit offerors that comply with the requirements of the solicitation. This procurement applies to Government facilities worldwide. Initially, manufacturer?s will be asked to supply CONUS catalog, which includes all facilities located in the 48 contiguous states as well as Alaska and Hawaii and will be implemented first. The OCONUS catalog will include facilities located outside the continental United States and will be required in the future. Each offeror?s product line will be loaded into the DSCP Medical Electronic Catalog (ECAT). The catalog must reflect a total delivered price. Total delivered price is defined as the total cost of an item inclusive of transportation and distribution costs. Physicians from the ordering facility will make a ?Best Value? decision when selecting products. This procurement contains an on-site personnel requirement for the contractor to provide advisory assistance to physicians before, during and after implantation of the devises. All accessories and instruments (i.e. wrenches, adaptors, connectors, introducer kits, testing cables, etc.) necessary for implantation of the device shall be provided at no cost to the Government. All Purchase Order, Purchase Order Confirmation and Invoice transactions under this contract are required to be electronic. Each vendor will be required to use ECAT to electronically receive 850-Purchase Orders, transmit 997-Functional Acknowledgement?s, send 855-Order Confirmation?s, and transmit 810-Invoice?s for payment. There are (3) three communication options available for ECAT; Web Supplier Interface, American National Standard Institute (ANSI) X 12 EDI Standards and the Global Healthcare Exchange (GHX). Vendors must have the capability of using at least one of these eCommerce communication options. Vendors will be required to successfully complete system testing prior to receiving an award under this solicitation. Any resultant contract will have a one (1) year base period with four (4) one-year unilateral option periods. This procurement has an estimated dollar value of $20 million dollars over the total contract period for all contracts combined. Solicitation SP0200-04-R-5005 is expected to become available April 30,2004, 2004 and can be found on the DLA Procurement Gateway at http://progate.daps.mil/home .
 
Place of Performance
Address: Various
 
Record
SN00964450-W 20060113/060111211651 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.