SOLICITATION NOTICE
65 -- Nasogastric_Tubes - QSL FBO Package Worksheet
- Notice Date
- 3/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333913
— Measuring and Dispensing Pump 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
- MP-1306-18
- Point of Contact
- Ms. Mary Summers, Phone: (808) 433-3686, Ms. Megan Riccobuono, Phone: (808) 433-7985
- E-Mail Address
-
Mary.l.summers22.ctr@mail.mil, megan.s.riccobuono.ctr@mail.mil
(Mary.l.summers22.ctr@mail.mil, megan.s.riccobuono.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 QSL 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 Health Agency (DHA) Medical Logistics (MEDLOG) Division Medical Materiel Enterprise Standardization Office (MMESO) and the Defense Logistics Agency (DLA) Troop Support Medical Prime Vendor (PV) Program announce a Sources Sought Notification for the creation of a Qualified Suppliers Listing (QSL) for Nasogastric Tubes. This is not a request for quote or proposal. The MMESO Pacific is the lead MMESO for this project. These Nasogastric Tube 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 Nasogastric Tubes. All items proposed to be included in this QSL must be on Distribution and Pricing Agreement (DAPA) for the DLA Troop Support Medical/Surgical Prime Vendor (MSPV) Program. All participating vendors must complete the certification in the DAPA Management System (DMS). The MSPV Program requires that all items be manufactured in a Trade Agreements Act Compliant Country (TAA) (as defined by FAR 52.225-5), unless it is determined that no functionally equivalent item is available from a compliant source. To be eligible for inclusion in the proposed QSL, all vendors are required to complete the DAPA TAA Certification. Any questions concerning TAA may be directed to Bill Woltjen at DLA Troop Support, William.woltjen@dla.mil, 215-737-7124. The QSL for Nasogastric Tubes will be established approximately August 2014 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately September 2014 to submit pricing proposals to enter into an Incentive Agreement for Nasogastric Tubes. The government reserves the right to standardize or not standardize on Nasogastric Tubes. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Nasogastric Tubing within the MHS MTFs and operational procurement. This product line has an estimated annual sales volume of $273,171.06. This forecast is based on historical usage data during a recent 12-month period. All ten product groupings were found to be relevant to the scope of this standardization action, and clinically significant product groups for the QSL. All ten items account for 100% ($273,171.06). The specifications for this project are shown in "Requirements to Qualify for QSL" section below. B. Instructions to Vendors Vendors interested in qualifying for inclusion in the QSL must provide an e-mail response to this QSL FBO Sources Sought notification to the lead MMESO POCs below. The vendor's responses must include all detailed information requested in the "Requirements to Qualify for QSL" section below 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 lead MMESO that their e-mail submission has arrived. 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. As part of the "Requirements to Qualify for QSL", vendors must complete and submit the QSL FBO Package Worksheet. Any vendor experiencing difficulty opening the Worksheet may contact the MMESO POCs. The MMESO POC will provide a Worksheet copy via an alternate method (fax, email or hard copy). Vendors that do not meet the deadline of COB 5:00 PM Hawaii Standard Time (HST) on the date listed for closing in this QSL FBO Sources Sought notification will not be included in the lead MMESO's review to establish the instant QSL and thus will not be able to participate in the subsequent Standardization Action. 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 to the QSL IAW FAR 9.2. Requirements to Qualify for QSL Nasogastric Tube requirements are outlined below. Complete answers and all supporting documentation must be provided with the vendor's submittal by the response date stated in this QSL 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. Vendors must provide responses to this 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 (SAM) and provide Cage Code. Vendors in the process of obtaining a Cage Code must provide documentation to support that they have registered in SAM. Vendors who do not continue to process application for a CAGE Code and/or a SAM account, will not be considered for continued participation. See https://www.sam.gov/portal/public/SAM/. 5. Vendor MUST provide the following items. Vendor must provide product catalog & literature for any items offered in response to this Sources Sought Notification. Vendor must submit the following information via QSL 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 / Annual Usage in Units Nasogastric Tube, Standard 10 FR 36 inch with anti-reflex valve. / 1550 Nasogastric Tube, Standard 12 FR 48 inch with anti-reflex valve. / 400 Nasogastric Tube, Standard 14 FR 48 inch with anti-reflex valve. / 341 Nasogastric Tube, Standard 16 FR 48 inch with anti-reflex valve. / 7390 Nasogastric Tube, Standard 18 FR 48 inch with anti-reflex valve. / 17811 Nasogastric Tube, Standard 10 FR 36 inch with without anti-reflux valve. / 2588 Nasogastric Tube, Standard 12 FR 48 inch without anti-reflux valve. / 5008 Nasogastric Tube, Standard 14 FR 48 inch without anti-reflux valve. / 6838 Nasogastric Tube, Standard 16 FR 48 inch without anti-reflux valve. / 13505 Nasogastric Tube, Standard 18 FR 48 inch without anti-reflux valve. / 28140 6. Vendor must provide Nasogastric Tubes that are sterile, and provide documentation to support this with initial submittal. 7. Vendor must provide Nasogastric Tubes that are single patient use, and provide documentation to support this with initial submittal. 8. Vendor must provide Nasogastric Tubes that are disposable, and provide documentation to support this with initial submittal. 9. Vendor must provide Nasogastric Tubes that are latex free or latex safe, and provide documentation with initial submittal. 10. Vendor must provide Nasogastric Tubes that are manufactured from medical grade PVC (Polyvinyl Chloride) or Silicone, and provide documentation with initial submittal. 11. Vendor must provide Nasogastric Tubes that are dual lumen, and provide documentation with initial submittal. 12. Vendor must provide Nasogastric Tubes that have a continuous radiopaque strip extending the length of the tube, and provide documentation with initial submittal. 13. Vendor must provide Nasogastric Tubes that have visible graduated length markers extending the length of the tube, and provide an illustration of tubing demonstrating such with initial submittal. 14. Vendor must provide Nasogastric Tubes that have two external funneled ports, and provide documentation to support this with initial submittal. 15. Vendor must provide Nasogastric Tubes that include 5 in 1 adapter, and provide documentation to support this with initial submittal. 16. Vendor must provide Nasogastric Tubes packaged both with and without an anti-reflux valve, and provide documentation to support this with initial submittal. 17. Nasogastric tubing must exhibit flexibility which allows the clinicians to accurately maneuver the tubing past the nasal cavity and into the stomach, and memory which permits the tubing to return to its intended shape after insertion into the stomach. 18. Nasogastric tubing must be free of sharp edges throughout the length of the tubing. Evaluation No enterprise-wide clinical evaluations will be conducted for this product line. The Product Specific Hands-On requirements evaluation will be conducted by a 3-person team of clinicians from a MMESO Pacific MTF. Products for evaluation, identified below, will be requested to be sent to MMESO Pacific for delivery to the 3-person team of evaluating clinicians. Three of each of the required items listed are to be provided as product samples to the lead MMESO. Vendor will be required to supply the same part number(s) submitted in QSL FBO Package Worksheet. Any products received beyond the stated date and time will not be included in the 3-person team reviews to establish the instant QSL and to participate in the subsequent Standardization Action, but will be destroyed upon receipt. Item for Evaluation Nasogastric Tube, Standard 18 FR 48 inch without anti-reflux valve All vendors who provide all requested information and meets the requirements will be selected for inclusion in the QSL. Vendors will be notified of whether they met or did not meet the QSL requirements by approximately August 2014. Points of Contact (POCs): MMESO Pacific: Ms. Mary Summers Team Lead, Email mary.l.summer22.ctr@mail.mil, and phone number 808-433-3686 MMESO Pacific: Ms. Megan Riccobuono, RN Clinical, Email megan.s.riccobuono.ctr@mail.mil, and phone number 808-433-7985 DLA Troop Support Medical Contracting Officer: Tara J. Perrien, Email tara.perrien@dla.mil and phone number 215 -737-8307.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/MP-1306-18/listing.html)
- Place of Performance
- Address: Tripler Army Medical Center, 1 Jarrett White Road, Honolulu, Hawaii, 96859-5000, United States
- Zip Code: 96859-5000
- Zip Code: 96859-5000
- Record
- SN03311071-W 20140316/140314234357-2375826f9cff4f689f719e048349852f (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 |