Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

65 -- Central_Venous_Catheters - IA FBO Package Worksheet

Notice Date
9/9/2014
 
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
IAE-1407-32
 
Point of Contact
Mr. Rob Halliday, Phone: 011-49-6371-9464-4090, Mr. Tom Winkel, Phone: 011-49-6371-9464-4089
 
E-Mail Address
robert.b.halliday2.ctr@mail.mil, thomas.p.winkel.ctr@mail.mil
(robert.b.halliday2.ctr@mail.mil, thomas.p.winkel.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Complete pricing offer and vendor information must be submitted in full to the MMESO POCs by the response date of this Sources Sought Notification. Vendors not currently on the QSL for the product line will not be considered for IA. Vendor pricing and packaging MUST match those that were submitted and qualified to the QSL. Use these instructions to complete the IA FBO Package Worksheet. Vendors who are not selected will be notified in writing upon issuance of an IA. 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 Standardization Action (SA) for the standardization of Central Venous Catheters. Vendors who qualified for the Qualified Suppliers List (QSL) ME-1401-03_Central_Venous_Catheters are eligible for participation. 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. The Incentive Agreement (IA) resulting from this Sources Sought Notification is a supplement to the Prime Vendor (PV) Program and is not a contract. For additional information regarding DLA Troop Support Medical's PV program please access the web site at https://www.medical.dla.mil/ This Sources Sought Notification is intended to solicit pricing quotes from vendors who are on the subject QSL. The pricing that is provided must be discounted from Distribution and Pricing Agreement (DAPA) prices or proposed DAPA prices. Vendors who are currently qualified for the QSL must meet the requirements below. The resulting IA will be for a base period of two (2) years (24 months) from date of selection, with three (3) 12-month "option" periods not to exceed a total of 5 years. Anticipated selection date is October 2014. Among vendors who are on the subject QSL, best price will determine selection. It is intended that the selected vendor(s) for this IA will support the enterprise goal of medical materiel standardization that combines operational and institutional requirements. The government is seeking a single vendor selection for an IA. 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. The total estimated enterprise-wide annual demand for this product line is approximately $512,384.49 based on Medical Product Data Bank (MedPDB) usage data over a recent 12-month period. The usage data represents requirements for the Army, Navy, and Air Force Institutional MTFs, along with operational assemblages in the Department of Defense (DoD). The specifications for this project are shown in Requirements below. B. Instructions to Vendors Vendors on the subject QSL who are interested in participating in the Standardization Action for an IA must provide a response to this Sources Sought Notification via e-mail to the MMESO POCs below. In addition to the offered pricing as specified, please include the following information: (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 the submission and quote were received by the MMESO Europe via e-mail, 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 IA FBO Package Worksheet. A vendor who cannot open the IA FBO Package Worksheet may contact either of the MMESO POCs below and a copy will be provided via an alternate method (fax, email or hard copy). Vendors that do not meet the deadline of COB 5:00 PM Eastern Daylight Time (EDT) on the date listed for closing, per the FBO Sources Sought notification, will not be eligible for participation in the Standardization Action for an Incentive Agreement. C. Source Selection Procedures Pricing analysis of required items will occur for those vendors who have been previously qualified for the QSL. Price will be evaluated based on unit price multiplied by number of estimated units. Best overall price will be the determining factor in vendor selection for an Incentive Agreement for Standardization. Quotes should contain the vendor's best discounts off of the vendor's DAPA pricing. The Government intends to make a selection based on initial quotes but reserves the right to conduct discussions and request revised quotes, if determined necessary. Vendor Instructions for Pricing Submission The pricing requirements are outlined below. Complete pricing offer and vendor information must be submitted in full to the MMESO POCs by the response date of this Sources Sought Notification. Vendors not currently on the subject QSL will not be considered for an IA. Vendor pricing and packaging MUST match those that were submitted and qualified to the subject QSL FBO. Use these instructions to complete the IA FBO Package Worksheet. Vendors who are not selected will be notified in writing upon issuance of an IA. 1. Vendor must submit the following information via IA FBO Package Worksheet for each QSL required item: Vendor Part Number (PN), Manufacturer PN, Manufacturer Name, Full Item Description, DAPA Number for Item, Unit of Measure (UOM), Quantity (QTY) in UOM, Unit of Inner Packaging (UOP), QTY of UOM in UOP, Unit of Sale (UOS), QTY of UOM in UOS, UOS Base Price, UOS Incentive Price, UOM Base Price and UOM Incentive Price. Item Descriptions / Annual Usage in Units (Individual) 1. Antimicrobial CVC 7FR 20 CML Triple Lumen Maximum Barrier Tray / 1956 2. Antimicrobial CVC 7FR 20-30 CML Triple Lumen Full Procedure Tray / 2761 3. CVC 7FR 20 CML Triple Lumen Full Procedure Tray / 821 4. Antimicrobial CVC 7FR 15-16 CML Triple Lumen Maximum Barrier Tray / 313 5. Antimicrobial CVC 7FR 15-16 CML Triple Lumen Full Procedure Tray / 215 Note: Procurement volume for items 2 and 4 above have been adjusted to correct an administrative error. Pricing calculations are to be based on the corrected number of units. 2. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 1. Pricing for these additional items will not be part of the pricing computation for vendor selection. All additions will be at the discretion of the Government. Item Descriptions 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 2. Vendor will be required to submit discounts off of DAPA for all products included in this standardization initiative. Where lower Federal Supply Schedule (FSS) prices are available, DAPA holders are required by the terms of the DAPA to provide the FSS price as the DAPA price. A vendor shall not quote FSS prices as the discounted price for purposes of this standardization initiative. Vendor must provide quotes on items provided in response to the technical/company requirements. Quotes should contain the vendor's best discounts off of the vendor's DAPA pricing for the products identified in this announcement. Based on the good faith volume estimates provided, vendor agrees to give all designated MTFs and Operational Units incentive pricing throughout the life of this agreement in exchange for 80% commitment of purchases for the MHS in this product line. A vendor who does not provide discounts off DAPA in response to the SA FBO will not be considered for continued participation. Points of Contact (POCs): Mr. Robert Halliday, MMESO Europe Clinical Analyst, at robert.b.halliday2.ctr@mail.mil, COM 011-49-6371-9464-4090 and Mr. Tom Winkel, MMESO Europe Team Leader, at thomas.p.winkel.ctr@mail.mil, COM 011-49-6371-9464-4089. DLA Troop Support Medical Contracting Officer: Ms. Tara J. Perrien, tara.perrien@dla.mil (215) 737-8307.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/IAE-1407-32/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 09180-, Germany
 
Record
SN03503618-W 20140911/140910001437-4bab8228b8be9151454a1b3669a90926 (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.