Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
MODIFICATION

65 -- Specimen_Containers

Notice Date
5/9/2016
 
Notice Type
Modification/Amendment
 
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-1511-45
 
Archive Date
5/16/2016
 
Point of Contact
Mr Robert Halliday, Phone: 011-49-6221-172109, Mr. Tom Winkel, Phone: 011-49-6371-9464-4089
 
E-Mail Address
robert.halliday@us.army.mil, thomas.p.winkel.ctr@mail.mil
(robert.halliday@us.army.mil, thomas.p.winkel.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Specimen Containers. Only those vendors on the Qualified Suppliers List (QSL) ME-1202-28_Specimen_Containers are eligible for participation. The MMESO Europe is the lead MMESO for this project. These Specimen Containers 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 QSL ME-1202-28_Specimen_Containers. 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 January 2016. Among vendors who are on the QSL ME-1202-28_Specimen_Containers, 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 Specimen Containers. A. Products & Performance Required. The MMESOs are seeking product line items in the category of Specimen Containers. The total estimated enterprise-wide annual demand for this product line is approximately $482,024.52 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 QSL ME-1202-28_Specimen_Containers 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 Standard Time (EST) 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. Vendor pricing and packaging MUST match those that were submitted and qualified to the subject QSL FBO. Vendors not currently on the subject QSL will not be considered for an IA. 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 / 1. Specimen container, 4 - 5oz (120-150ml), sterility seal, with screw lid/cap, label, maximum unit of sale (UOS) 300 containers per case / 1,181,252 2. Specimen container, 3-3.5oz (90ml) sterility seal, with screw cap, label, maximum unit of sale (UOS) 400 containers per case / 268,000 3. Specimen container urine 24 hour, 2.5-3L, with screw lid/cap, non-sterile, maximum unit of sale (UOS) 40 containers per case / 35,233 4. Specimen container, 4 - 4.5oz (120-135ml), non-sterile, with screw lid/cap, label, maximum unit of sale (UOS) 500 containers per case / 310,350 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 / Specimen Container, 163-172 oz, (5 liter), non-sterile, with lid/cap / Specimen Container, 83-86 oz (2490-2580 ml), non-sterile, with lid / Specimen Container Urine 24 Hour, 3.5-4 liters, non-sterile, with lid/cap / Specimen Container, 32 oz (960 ml), non-sterile, with lid/cap / Specimen Container, 64 oz (1920 ml), non-sterile, with lid/cap, label / Specimen Container, 8 oz (240 ml), non-sterile, with lid/cap, label / Specimen Container, 16 oz (480 ml), non-sterile, with lid/cap / Specimen Container, 2 oz (60 ml), non-sterile, with lid/cap, label / Specimen Container, 6-6.5 oz (180-195 ml), non-sterile, with lid/cap / Specimen container, 190-192 oz (5.7 Liters), non-sterile, with lid/cap / Specimen container, 3oz (90ml) non-sterile, with cap, label / Specimen container, 8 liter (267 oz), non-sterile, with lid/cap / Specimen container, 8 oz (240ml), non-sterile, with lid/cap, sterile / Specimen container, 128 oz (3.8L), non-sterile, with lid/cap / Specimen container, 2 oz (60 ml), sterility seal, with lid/cap, label / Specimen container, 12 oz (360 ml), sterility seal, with lid/cap, label / 3. Vendor will be required to submit discounts off of DAPA for all products included in this standardization initiative. Where lower base uncommitted government prices are available, such as Federal Supply Schedule (FSS) prices, incentive tier is expected to be lower than such prices. This is because DAPAs, unlike other government prices, are base uncommitted. A vendor shall not quote base uncommitted prices such as FSS prices as the discounted tier price for purposes of this standardization initiative. Vendor must provide quotes on items provided in response to the technical/company requirements. 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 IA FBO will not be considered for continued participation. Points of Contact (POCs): MMESO Europe Clinical Analyst: Mr. Robert Halliday, robert.b.halliday2.ctr@mail.mil, 011-49-6371-9464-4090 and MMESO Europe Team Leader: Mr. Tom Winkel, thomas.p.winkel.ctr@mail.mil, 011-49-6371-9464-4089. DLA Troop Support Medical Contracting Officer: Ms. Tara J. Perrien, tara.perrien@dla.mil (215) 737-8307. Subject IA FBO announcement is closed. An Incentive agreement will be created with vendor Medegen Medical Products LLC based on projected cost of $320,923.06.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/IAE-1511-45/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 09180-0003, Germany
 
Record
SN04110026-W 20160511/160509234353-6ed8fd55ca87b81c67c420c40282302f (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.