Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
SOLICITATION NOTICE

65 -- Central_Venous_Catheters - QSL FBO Package Worksheet

Notice Date
4/11/2014
 
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-1401-03
 
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 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 Central Venous Catheters. This is not a request for quote or proposal. The MMESO Europe is the lead MMESO for this project. These Central Venous Catheters 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 Central Venous Catheters. 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 (TAA) Compliant Country (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, at 215-737-7124. The QSL for Central Venous Catheters will be established approximately September 2014 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately October 2014 to submit pricing proposals to enter into an Incentive Agreement for Central Venous Catheters. The government reserves the right to standardize or not standardize on Central Venous Catheters. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Central Venous Catheters. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $899,217.06. This forecast is based on historical usage data during a recent 12-month period. The Central Venous Catheter products represent seventy-nine distinct product groupings, of which seventy-nine are clinically significant. Five of those are requirements for addition to the QSL and account for 56.98% ($512,384.49) of the total volume in sales ($899,217.06). 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 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 Eastern Standard Time (EST) 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 Central Venous Catheters 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 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. Vendor's 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. Vendor's 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 listed. 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. Vendor must provide the following trays which include the minimum items and documentation to support with initial submittal. Required Products / Annual Usage in Units 5a. Antimicrobial CVC 7FR 20 CML Triple Lumen Maximum Barrier Tray (at a minimum the tray must contain the following items) / 1956 One (1) - CVC (one port/ lumen power injectable) One (1) - introducer needle One (1) - guidewire with length markings One (1) - dilator (catheter specific) One (1) - catheter 18g 2.5 inches over-20g-needle One (1) - 5 ml ampule 1% Lidocaine One (1) - 3 to 6 ml luer lock syringe used to draw up and administer Lidocaine One (1) - 18g to 20g safety hypodermic needle or filter straw/needle used to draw up Lidocaine One (1) - 24 or 25g safety hypodermic needle used to administer Lidocaine Two (2) -10cc luer lock prefilled 0.9% normal saline syringes One (1) - small sharps needle holder One (1) - 2% w/v chlorhexidine gluconate (CHG) with isopropyl alcohol (IPA) 70% v/v 3 ml Applicator (location: area of tray (cap and mask location) before opening the procedure contents area) Two (2) - 2"x2" gauze sponges Four (4) - 4"x4" gauze sponges One (1) - disposable #11 safety scalpel One (1) - silk suture with curved needle One (1) - suture needle holder/driver One (1) - catheter securement fastener One (1) - CSR wrap One (1) - full body drape with fenestration, minimum 66 inches long One (1) - bouffant cap One (1) - impervious gown (size large) One (1) - mask with eye shield 5b. Antimicrobial CVC 7FR 20-30 CML Triple Lumen Full Procedure Tray (at a minimum the tray must contain the following items) / 2757 One (1) - CVC (one port/ lumen power injectable) One (1) - introducer needle One (1) - guidewire with length markings One (1) - dilator (catheter specific) One (1) - catheter 18g 2.5 inches over-20g-needle One (1) - 5 ml ampule 1% Lidocaine One (1) - 3 to 6 ml luer lock syringe used to draw up and administer Lidocaine One (1) - 18g to 20g safety hypodermic needle or filter straw/needle used to draw up Lidocaine One (1) - 24 or 25g safety hypodermic needle used to administer Lidocaine Two (2) - 10cc luer lock prefilled 0.9% normal saline syringes One (1) - small sharps needle holder One (1) - 2% w/v chlorhexidine gluconate (CHG) with isopropyl alcohol (IPA) 70% v/v 3 ml Applicator (location: area of tray before opening the procedure contents area) One (1) - full body drape with fenestration, minimum 66 inches long Two (2) - 2"x2" gauze sponges Four (4) - 4"x4" gauze sponges One (1) - disposable #11 safety scalpel One (1) - silk suture with curved needle One (1) - suture needle holder/driver One (1) - catheter securement fastener One (1) - CSR wrap 5c. CVC 7FR 20 CML Triple Lumen Full Procedure Tray (at a minimum the tray must contain the following items) / 821 One (1) - CVC (one port/ lumen power injectable) One (1) - introducer needle One (1) - guidewire with length markings One (1) - dilator (catheter specific) One (1) - catheter 18g 2.5 inches over-20g-needle One (1) - 5 ml ampule 1% Lidocaine One (1) - 3 to 6 ml luer lock syringe used to draw up and administer Lidocaine One (1) - 18g to 20g safety hypodermic needle or filter straw/needle used to draw up Lidocaine One (1) - 24 or 25g safety hypodermic needle used to administer Lidocaine Two (2) - 10cc luer lock prefilled 0.9% normal saline syringes One (1) - small sharps needle holder One (1) - 2% w/v chlorhexidine gluconate (CHG) with isopropyl alcohol (IPA) 70% v/v 3 ml Applicator (location: area of tray before opening the procedure contents area) One (1) - full body drape with fenestration, minimum 66 inches long Two (2) - 2"x2" gauze sponges Four (4) - 4"x4" gauze sponges One (1) - disposable #11 safety scalpel One (1) - silk suture with curved needle One (1) - suture needle holder/driver One (1) - catheter securement fastener One (1) - CSR wrap 5d. Antimicrobial CVC 7FR 15-16 CML Triple Lumen Maximum Barrier Tray (at a minimum the tray must contain the following items) / 433 One (1) - CVC (one port/ lumen power injectable) One (1) - introducer needle One (1) - guidewire with length markings One (1) - dilator (catheter specific) One (1) - catheter 18g 2.5 inches over-20g-needle One (1) - 5 ml ampule 1% Lidocaine One (1) - 3 to 6 ml luer lock syringe used to draw up and administer Lidocaine One (1) - 18g to 20g safety hypodermic needle or filter straw/needle used to draw up Lidocaine One (1) - 24 or 25g safety hypodermic needle used to administer Lidocaine Two (2) -10cc luer lock prefilled 0.9% normal saline syringes One (1) - small sharps needle holder One (1) - 2% w/v chlorhexidine gluconate (CHG) with isopropyl alcohol (IPA) 70% v/v 3 ml Applicator (location: area of tray (cap and mask location) before opening the procedure contents area) Two (2) - 2"x2" gauze sponges Four (4) - 4"x4" gauze sponges One (1) - disposable #11 safety scalpel One (1) - silk suture with curved needle One (1) - suture needle holder/driver One (1) - catheter securement fastener One (1) - CSR wrap One (1) - full body drape with fenestration, minimum 66 inches long One (1) - bouffant cap One (1) - impervious gown (size large) One (1) - mask with eye shield 5e. Antimicrobial CVC 7FR 15-16 CML Triple Lumen Full Procedure Tray (at a minimum the tray must contain the following items) / 215 One (1) - CVC (one port/ lumen power injectable) One (1) - introducer needle One (1) - guidewire with length markings One (1) - dilator (catheter specific) One (1) - catheter 18g 2.5 inches over-20g-needle One (1) - 5 ml ampule 1% Lidocaine One (1) - 3 to 6 ml luer lock syringe used to draw up and administer Lidocaine One (1) - 18g to 20g safety hypodermic needle or filter straw/needle used to draw up Lidocaine One (1) - 24 or 25g safety hypodermic needle used to administer Lidocaine Two (2) - 10cc luer lock prefilled 0.9% normal saline syringes One (1) - small sharps needle holder One (1) - 2% w/v chlorhexidine gluconate (CHG) with isopropyl alcohol (IPA) 70% v/v 3 ml Applicator (location: area of tray before opening the procedure contents area) One (1) - full body drape with fenestration, minimum 66 inches long Two (2) - 2"x2" gauze sponges Four (4) - 4"x4" gauze sponges One (1) - disposable #11 safety scalpel One (1) - silk suture with curved needle One (1) - suture needle holder/driver One (1) - catheter securement fastener One (1) - CSR wrap 6. Vendor must provide latex free or latex safe items in the central venous catheter trays which include the catheters, and provide documentation to support this with initial submittal. 7. Vendor must provide sterile Central Venous Catheters and tray items and documentation to support this with initial submittal. 8. Vendor must provide single-use Central Venous Catheters and tray items and documentation to support this with initial submittal. 9. Vendor must provide safety hypodermic needles contained in the Central Venous Catheter trays and documentation to support this with initial submittal. 10. Vendor must provide safety scalpels contained in the Central Venous Catheter trays and documentation to support this with initial submittal. 11. Vendor must provide a needle safe storage area or sharps needle holder device in the Central Venous Catheter trays that secures the introducer needle and documentation to support this with initial submittal. 12. Vendor must provide supporting documentation identifying what chemical(s) are used as the antimicrobial/antiseptic agent for the antimicrobial catheters. 13. Vendor must provide supporting documentation identifying what part of the antimicrobial catheter contains the antimicrobial/antiseptic agent. 14. Vendor must provide Central Venous Catheters that have centimeter spacing markers from the distal tip to the proximal hub and documentation to support this with initial submittal. 15. Vendor must provide Central Venous Catheters which are radiopaque and documentation to support this with initial submittal. 16. Vendor must provide Central Venous Catheter trays that can be opened without contaminating the sterile contents within the tray. 17. Vendor must provide Central Venous Catheters with catheter ports that connect securely with a luer lock syringe and do not leak. 18. Vendor MAY provide any or all of the optional items listed below, following the same format as for requirement number 5. Additional items include the CVC Basic Tray. Vendor MAY provide the Central Venous Catheter Basic Trays which must include the following minimum items and documentation to support this with initial submittal: One (1) - CVC (one port/ lumen power injectable), One (1) - introducer needle, One (1) - guidewire with length markings, One (1) - dilator (catheter specific), and One (1) - 3 to 6 ml Luer-lock syringe. Additional Items Description 1 ANTIMICROBIAL CVC 14FR 10-11.5 CML DUAL LUMEN FULL PROCEDURE TRAY 2 CVC 2.7-3FR 8-12 CML PEDIATRIC SINGLE LUMEN FULL PROCEDURE TRAY 3 CVC 14FR 10-11.5 CML DUAL LUMEN FULL PROCEDURE TRAY 4 HEPARINIZED CVC 7FR 20 CML TRIPLE LUMEN FULL PROCEDURE TRAY 5 CVC 7FR 20 CML DUAL LUMEN FULL PROCEDURE TRAY 6 ANTIMICROBIAL CVC 14FR 10-11.5 CML DUAL LUMEN MAXIMUM BARRIER TRAY 7 ANTIMICROBIAL CVC 8.5FR 16 CML QUAD LUMEN MAXIMUM BARRIER TRAY 8 HEPARIN ANTIMICROBIAL CVC 7FR 20 CML TRIPLE LUMEN MAXIMUM BARRIER TRAY 9 CVC 7FR 20 CML TRIPLE LUMEN BASIC TRAY 10 PEDIATRIC CVC 5FR 15 CML TRIPLE LUMEN FULL PROCEDURE TRAY 11 HEPARIN ANTIMICROBIAL CVC 8.5FR 11 CML TRIPLE LUMEN FULL PROCEDURE TRAY 12 ANTIMICROBIAL CVC 10FR 15-20 CML FIVE LUMEN MAXIMUM BARRIER TRAY 13 CVC 7FR 15-16 CML TRIPLE LUMEN FULL PROCEDURE TRAY 14 CVC 7FR 20 CML TRIPLE LUMEN MAXIMUM BARRIER TRAY 15 PEDIATRIC ANTIMICROBIAL CVC 4FR 8 CML DUAL LUMEN FULL PROCEDURE TRAY 16 ANTIMICROBIAL CVC 8FR 20 CML DUAL LUMEN FULL PROCEDURE TRAY 17 PEDIATRIC CVC 4FR 5 CML DUAL LUMEN FULL PROCEDURE TRAY 18 PEDIATRIC CVC 5 FR 5 CML DUAL LUMEN FULL PROCEDURE TRAY 19 PEDIATRIC CVC 5FR 12 CML DUAL LUMEN FULL PROCEDURE TRAY 20 PEDIATRIC 4FR 8 CML DUAL LUMEN FULL PROCEDURE TRAY 21 PEDIATRIC ANTIMICROBIAL 4FR 12 CML DUAL LUMEN FULL PROCEDURE TRAY 22 CVC 6FR 50 CML SINGLE LUMEN FULL PROCEDURE TRAY 23 HEPARIN ANTIMICROBIAL CVC DUAL LUMEN 8.5FR 16 CML FULL PROCEDURE TRAY 24 CVC 4.8FR 30 CML SINGLE LUMEN BASIC TRAY 25 CVC 7FR 20 CML TRIPLE LUMEN CATHETER ONLY 26 PEDIATRIC ANTIMICROBIAL CVC 4FR 5CML DUAL LUMEN FULL PROCEDURE TRAY 27 CVC 7FR 15-16 CML DUAL LUMEN FULL PROCEDURE TRAY 28 PEDIATRIC CVC 2.7 FR 13 CML SINGLE LUMEN FULL PROCEDURE TRAY 29 ANTIMICROBIAL CVC 9FR 11 CML TRIPLE LUMEN FULL PROCEDURE TRAY 30 PEDIATRIDC CVC 4FR 8 CML DUAL LUMEN FULL PROCEDURE TRAY 31 HEPARIN ANTIMICROBIAL 7FR 20 CML CVC TRIPLE LUMEN FULL PROCEDURE TRAY 32 ANTIMICROBIAL CVC 4FR 13 CML DUAL LUMEN FULL PROCEDURE TRAY 33 PEDIATRIC 2FR 30 CML SINGLE LUMEN BASIC TRAY 34 CVC 5-5.5FR 8 CML TRIPLE LUMEN FULL PROCEDURE TRAY 35 CVC 4.8FR 20 CML SINGLE LUMEN FULL PROCEDURE TRAY 36 ANTIMICROBIAL CVC 5FR 15CML TRIPLE LUMEN FULL PROCEDURE TRAY 37 CVC 4FR 13CML DUAL LUMEN FULL PROCEDURE TRAY 38 ANTIMICROBIAL 8FR 16 CML DUAL LUMEN FULL PROCEDURE TRAY 39 ANTIMICROBIAL PEDIATRIC 5.5FR 13 CMLTRIPLE LUMEN MAXIMUM BARRIER TRAY 40 ANTIMICROBIAL 8.5FR 20 CMLQUAD LUMEN FULL PROCEDURE TRAY 41 ANTIMICROBIAL 8.5FR 20 CML QUAD LUMEN MAXIMUM BARRIER TRAY 42 CVC 7FR 15-16 CML TRIPLE LUMEN CATHETER ONLY 43 CVC 5.5FR 30 CML TRIPLE LUMEN FULL PROCEDURE TRAY 44 ANTIMICROBIAL CVC 5FR 12 CML DUAL LUMEN FULL PROCEDURE TRAY 45 CVC 8.5FR 30 CML QUAD LUMEN BASIC TRAY 46 PEDIATRIC ANTIMICROBIAL 5FR 5 CML DUAL LUMEN FULL PROCEDURE TRAY 47 CVC 5FR 16 CML SINGLE LUMEN BASIC TRAY 48 ANTIMICROBIAL CVC 4.8FR 16 CML SINGLE LUMEN FULL PROCEDURE TRAY 49 PEDIATRIC ANTIMICROBIAL CVC 5FR 5 CMLTRIPLE LUMEN FULL PROCEDURE TRAY 50 PEDIATRIC ANTIMICROBIAL CVC 5.5FR 13 CML TRIPLE LUMEN FULL PROCEDURE TRAY 51 CVC 7FR 15-16 CML SINGLE LUMEN CATHETER ONLY 52 CVC 5FR 15 CML TRIPLE LUMEN FULL PROCEDURE TRAY 53 ANTIMICROBIAL CVC 4FR 13 CML DUAL LUMEN MAXIMUM BARRIER TRAY 54 ANTIMICROBIAL CVC 4.8FR 20 CML SINGLE LUMEN FULL PROCEDURETRAY 55 CVC 4FR 5 CML DUAL LUMEN FULL PROCEDURE TRAY 56 HEPARIN ANTIMICROBIAL CVC 7FR 15-16 CML TRIPLE LUMEN FULL PROCEDURE TRAY 57 CVC 4FR 12 CML DUAL LUMEN FULL PROCEDURE TRAY 58 CVC 4FR 8 CML DUAL LUMEN FULL PROCEDURE TRAY 59 CVC 4.8FR 16 CML SINGLE LUMEN FULL PROCEDURE TRAY 60 PEDIATRIC CVC 1.6FR 9 CML SINGLE LUMEN FULL PROCEDURE TRAY 61 PEDIATRIC CVC 5FR 8CML TRIPLE LUMEN FULL PROCEDURE TRAY 62 ANTIMICROBIAL 5-5.5FR 8 CML TRIPLE LUMEN FULL PROCEDURE TRAY 63 CVC 8FR 20 CML DUAL LUMEN FULL PROCEDURE TRAY 64 HEPARIN CVC 12FR 16 CML TRIPLE LUMEN FULL PROCEDURE TRAY 65 ANTIMICROBIAL CVC 5FR 8 CML TRIPLE LUMEN FULL PROCEDURE TRAY 66 CVC 5FR 20 CML SINGLE LUMEN FULL PROCEDURE TRAY 67 CVC 4FR 30 CML DUAL LUMEN FULL PROCEDURE TRAY 68 CVC 5FR 13 CML DUAL LUMEN FULL PROCEDURE TRAY 69 ANTIMICROBIAL CVC 5FR 5 CML DOUBLE LUMEN FULL PROCEDURE TRAY 70 PEDIATRIC ANTIMICROBIAL CVC 5-5.5FR 8 CML TRIPLE LUMEN FULL PROCEDURE TRAY 71 CVC 5.5FR 13 CML TRIPLE LUMEN FULL PROCEDURE TRAY 72 HEPARIN CVC 3FR 8 CML SINGLE LUMEN CATHETER ONLY 73 PEDIATRIC CVC 5FR 13 CML DUAL LUMEN BASIC TRAY 74 CVC 4.8 FR 16 CML SINGLE LUMEN BASIC TRAY Evaluation After the lead MMESO receives all information required above, they will send each vendor making a complete and approved submission a written request to provide product samples to Clinical Product Team (CPT) members at the participating MTFs. MTF "Ship to" Addresses will be provided as part of the request. To ensure your eligibility to participate, all products required for evaluation must be shipped no later than 14 calendar days from issuance of the MMESO's request and must arrive at all designated MTFs no later than 5:00 PM local time at delivery location, 30 calendar days from issuance of the MMESO's request. Any products received beyond the stated date and time will not be included in the Clinical Process Teams' (CPT) reviews to establish the instant QSL and to participate in the subsequent Standardization Action, but will be destroyed upon receipt. 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. Three (3) trays each (not cases or boxes) of the required items listed is 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 the QSL FBO Package Worksheet. Items for Evaluation Antimicrobial CVC 7FR 20 CML Triple Lumen Maximum Barrier Tray There will be approximately 13 MTFs enterprise wide that will be evaluating products. Each evaluator will evaluate all vendor submissions in the Central Venous Catheters 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 for inclusion in the QSL. Vendors will be notified of whether they met or did not meet the QSL requirements by approximately September 2014. Points of Contact (POCs ): Mr. Thomas Winkel, MMESO Europe Team Leader, thomas.p.winkel.ctr@mail.mil, (49) 6371-9464-4089; and Mr. Robert Halliday, MMESO Europe Clinical Analyst, robert.b.halliday2.ctr@mail.mil, (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-1401-03/listing.html)
 
Place of Performance
Address: ERMC HQ, CMR 402 box 219, Dept G4, Bldg 3739, Rm 222, Landstuhl, Rhineland-Palatinate, Non-U.S., . APO 0918, Germany
 
Record
SN03336690-W 20140413/140411234753-2417e132c789c73625c185e749eb6a11 (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.