SOLICITATION NOTICE
65 -- Instant_Cold_Packs - QSL FBO Package Worksheet
- Notice Date
- 4/14/2014
- 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
- MS-1211-10
- Point of Contact
- James E. Quinn, Phone: (210) 292-3295, Ms. Sarah Allen, Phone: 210-292-3287
- E-Mail Address
-
james.e.quinn28.ctr@mail.mil, Sarah.L.Allen24.ctr@mail.mil
(james.e.quinn28.ctr@mail.mil, Sarah.L.Allen24.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 Instant Cold Packs. This is not a request for quote or proposal. The MMESO South is the lead MMESO for this project. These Instant Cold Packs 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 Instant Cold Packs. All items proposed to be included in this QSL must be on a 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, 215-737-7124. The QSL for Instant Cold Packs 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 Instant Cold Packs. The government reserves the right to standardize or not standardize on Instant Cold Packs. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Instant Cold Packs. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $349,084.00. This forecast is based on historical usage data during a recent 12-month period. Three product groupings were found to be relevant to the scope of this standardization action. The three product groups represent the clinically significant product groups for the QSL. These three items are the requirement for addition to the QSL and accounts for 100% ($348,084.00) of the total volume in sales. 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 Central Standard Time (CST) 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 Instant Cold Packs 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. 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 be able to 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 Instant Cold Pack, LARGE 6"-7" WIDE X AT LEAST 8.5" LONG / 232175 Instant Cold Pack, MEDIUM 5"-6" WIDE X AT LEAST 6" LONG / 218615 Instant Cold Pack, SMALL 4"-5" WIDE X AT LEAST 4" LONG / 75104 6. Vendor must provide Instant Cold Packs that are latex free or latex safe and provide supporting documentation with initial submission. 7. Vendor must provide Hazardous Material (Haz Mat) instructions with all products. Instructions must include shipping restrictions if products contain ammonium nitrate as an active ingredient. Vendor must provide documentation to support this requirement with initial submission. 8. Vendors must provide the Material Safety Data Sheet (MSDS) on all products and provide supporting documentation with initial submission. 9. Vendor must provide products whose maximum cooling temperature is between 20 and 40 degrees Fahrenheit as recommended by the American National Standards Institute ANSI Z308.1-2009. Vendor must provide documentation (either internal or external quality control testing results) to verify this requirement with their initial submission. 10. Vendor must provide supporting documentation with initial submission that Instant Cold Pack has instructions for use printed on each pack. 11. Vendor must provide Instant Cold Packs that are for single patient use and provide supporting documentation with initial submission. 12. Vendor must provide Instant Cold Packs that are disposable and provide supporting documentation with initial submission. 13. Cold packs must begin cooling within 10 seconds of activation. 14. When Instant Cold Pack is activated internal contents must not leak through exterior covering. 15. Cold Packs sealed seam must not have rough and/or sharp edges. 16. Cold packs must provide cooling for a minimum of 15 minutes. 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 the Lead MMESO. The Lead MMESO "Ship to" Address will be provided as part of the request. To ensure your eligibility to participate, all products required for evaluation must be shipped to arrive at the MMESO South Office no later than 14 calendar days from issuance of the MMESO's request and must arrive at MMESO South Office no later than 5:00 PM local time from issuance of the MMESO's request. Any products received beyond the stated date and time will not be included in the 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. At least ten each of the required items listed is to be provided as product samples to the MMESO South Office 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 Instant Cold Pack, LARGE 6"-7" WIDE X AT LEAST 8.5" LONG There will be a 3-person team of clinicians performing the requirements evaluation. A 3-person team of clinicians from MMESO South MTF will review the responses from the vendors and the results from the Product Specific Hands-On 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): Points of Contact (POCs): Mr. Jim Quinn, Clinical Analyst, James.E.Quinn28.ctr@mail.mil, 210-292-3295 and Mrs. Sarah Allen, Clinical Analyst, Sarah.L.Allen24.ctr@mail.mil, 210-292-3287. 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/MS-1211-10/listing.html)
- Place of Performance
- Address: Medical Materiel Enterprise Standardization Offices General Dynamics Information Technology (GDIT), 7800 IH-10 West, Suite 220, San Antonio, Texas, 78230-4768, United States
- Zip Code: 78230-4768
- Zip Code: 78230-4768
- Record
- SN03338499-W 20140416/140414235146-45562a8d88b1c20fb309a7e866aff4f7 (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 |