Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

65 -- Specialty_Surgical_Sponges - QSL FBO Package Worksheet

Notice Date
6/15/2015
 
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
MW-1406-15
 
Point of Contact
Mr. Ricardo U. Orias, Phone: (619) 532-8537, Mr Redentor Sese, Phone: (619) 532-8517
 
E-Mail Address
Ricardo.Orias.Ctr@med.navy.mil, redentor.sese.ctr@med.navy.mil
(Ricardo.Orias.Ctr@med.navy.mil, redentor.sese.ctr@med.navy.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 Specialty Surgical Sponges. This is not a request for quote or proposal. The MMESO West is the lead MMESO for this project. These Specialty Surgical Sponges 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 Specialty Surgical Sponges. 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. Any questions concerning TAA may be directed to Maryann DiMeo at DLA Troop Support, maryann.dimeo@dla.mil, 215-737-3201. The QSL for Specialty Surgical Sponges will be established approximately November 2015 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately December 2015 to submit pricing proposals to enter into an Incentive Agreement for Specialty Surgical Sponges. The government reserves the right to standardize or not standardize on Specialty Surgical Sponges. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Specialty Surgical Sponges. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $306,718.00. This forecast is based on historical usage data during a recent 12-month period. Four items are required for addition to the QSL and account for 47.88% ($146,860) of the total volume in sales ($306,718). 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 Pacific Daylight Time (PST) 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 The requirements for this product line 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 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 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 / 1. NEURO STRIP 1/2IN W X 3IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING /54906 / 2. DISSECTING SPONGES KITTNER, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 5/PK /68275 / 3. NEURO STRIP 1/2IN W X 1/2IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING /14820 / 4. NEURO STRIP 1/2IN - 1IN W X 1/2IN-1IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / 11510 / 6.Vendor must provide Specialty Surgical Sponges that are not made with natural latex rubber and provide documentation to support this with initial submittal. 7.Vendor must provide Specialty Surgical Sponges as required that have x-ray detectable radiopaque element and provide documentation to support this with initial submittal. 8. Vendor must provide Specialty Surgical Sponges that are sterile with packaging with statement related to product sterility. This may be in the form of a specific date or a statement which is event related such as "contents sterile if package is unopened and undamaged" and provides documentation to support this with initial submittal. 9. Vendor must provide Specialty Surgical Sponges product packaging that allows for aseptic delivery of product onto a sterile field. 10. Vendor must provide Specialty Surgical Sponges that do not leave lint or release fragment of material during use. 11. Vendor must provide Neuro Strip Sponges that remain flat, and do not twist or warp when wet. 12. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 5. Item Descriptions / 1.DISSECTING SPONGES (PEANUT, CHERRY, KITTNER) W/ BLUNT TIP PROBE 5MM X 38CM - 45CM, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 3-5/PK / 2.EYE SPEAR SINGLE TO DOUBLE-ENDED, STERILE, LATEX FREE OR LATEX SAFE, NON-RADIOPAQUE, 5-10/PK / 3.TONSIL ROUND 5/8IN TO 1 1/4 IN, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 1 STRING, 5/PK / 4.TONSIL ROUND 5/8IN TO 1 1/4 IN, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 2-STRINGS, 5/PK / 5.DENTAL ROLL 3/8IN X 1.5 IN - 2IN, STERILE, LATEX FREE OR LATEX SAFE, NON-RADIOPAQUE, 5/PK / 6.NEURO STRIP 1/2IN X 1 1/2-2IN, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / 7.DISSECTING SPONGES PEANUT 3/8IN (.375 IN) STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 5/PK / 8.NEURO STRIP 1/4IN W X 1/4 IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / 9.NEURO STRIP 1IN W X 3IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / 10.NEURO STRIP 1/4IN W X 1/4IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, W/O STRING / 11.NEURO STRIP 1/4IN W X 6IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, W/O STRING / 12. NEURO STRIP 1/8IN W X 1/8IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / 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. Ten (10) packages of each 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 / NEURO STRIP 1/2IN W X 3IN L, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 10/PK, WITH 1 STRING / DISSECTING SPONGES KITTNER, STERILE, LATEX FREE OR LATEX SAFE, RADIOPAQUE, 5/PK / There will be approximately 9 MTFs enterprise wide that will be evaluating products. Each evaluator will evaluate the vendor submissions in the Specialty Surgical Sponges 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 November 2015. Points of Contact (POCs): Mr. Ricardo Orias, MMESO West Team Leader, Ricardo.u.orias.ctr@mail.mil, (619) 532-8537; and Mr. Redentor Sese, RN, MMESO West Clinical Analyst, Redentor.p.sese.ctr@mail.mil (619) 532-78517. 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/MW-1406-15/listing.html)
 
Place of Performance
Address: Medical Materiel Enterprise Standardization Office (MMESO) West, 34960 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03764861-W 20150617/150615234917-4d090c3eb71ec422364189ac0bef6f0f (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.