Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

65 -- Bandage_Adhesive_Non-Woven - QSL FBO Package Worksheet

Notice Date
1/10/2017
 
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-1607-05
 
Point of Contact
Mr. David V. Sheaffer, Phone: 210-536-6075, Mr. Joseph N. Winter, Phone: 210-536-6072
 
E-Mail Address
david.v.sheaffer.ctr@mail.mil, joseph.n.winter.ctr@mail.mil
(david.v.sheaffer.ctr@mail.mil, joseph.n.winter.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 Bandage Adhesive Non-Woven (Plastic). This is not a request for quote or proposal. The MMESO South is the lead MMESO for this project. These Bandage Adhesive Non-Woven (Plastic) 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 for Bandage Adhesive Non-Woven (Plastic) in accordance with (IAW) FAR 9.2. 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 (see DFARS 252.225-7020 AND 252.225-7021), 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 provide country of origin information in the QSL FBO Package Worksheet. In addition, according to the DAPA Terms and Conditions, you must complete the DAPA TAA Certification for each item offered. If an item offered is a TAA Non-Compliant End Product, the Government can use this information to determine whether or not a waiver exists or if the Government will seek a waiver for the item. Unless a waiver exists or is granted, TAA Non-Compliant Country End Products cannot be added to the QSL and/or DAPA. Any questions concerning TAA may be directed to Donna Raday at DLA Troop Support, donna.raday@dla.mil, 215-737-7885. The QSL for Bandage Adhesive Non-Woven (Plastic) will be established approximately May 2017 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately June 2017 to submit pricing proposals to enter into an Incentive Agreement for Bandage Adhesive Non-Woven (Plastic). The government reserves the right to standardize or not standardize on Bandage Adhesive Non-Woven (Plastic). A. Products & Performance Required The MMESOs are seeking product line items in the category of Bandage Adhesive Non-Woven (Plastic). Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $255,017. This forecast is based on historical usage data during a recent 12-month period. One item is required for addition to the QSL and accounts for 49.76% ($126,895) of the total volume in sales ($255,017). 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 email to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the lead MMESO that their email 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, e-mail 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 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 offered products should be TAA compliant. End-items offered shall be manufactured or substantially transformed either in the U.S. or in Designated or Qualifying countries, unless it is determined that no functionally equivalent item is available from a compliant source. In accordance with DFARS252.225-7021(2)(i), the Contracting Officer has determined that offers of U.S. made, qualifying country, or designated country end products from responsive, responsible offerors are currently not available for the procurement of Bandage Adhesive Non-Woven (Plastic). As a result of this determination, this sources sought notification allows TAA non-compliant submissions to meet product line requirements. The vendors must provide, at the item level, country of origin for all required items and any optional items offered. 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 send the same part number(s) for evaluation(s) as provided in response to the QSL FBO and as noted in the QSL FBO Package Worksheet. Required Products / Annual Usage in Units / 5.1BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED / 4,577,055 / 6.Vendor must provide FDA approved Bandage Adhesive Non-Woven (Plastic) products and provide documentation to support this with initial submittal. 7.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that are NOT made with natural rubber latex, with a label on the packaging of each individual bandage indicating this and documentation to support this with initial submittal. 8.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are individually wrapped and documentation to support this with initial submittal. 9.Vendor must provide sterile Bandage Adhesive Non-Woven (Plastic) products which are labeled sterile on the packaging of each individual bandage and documentation to support this with initial submittal. 10.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that are available in a packaging of at least 50 bandages per box but no greater than 100 bandages per box and documentation to support this with initial submittal. 11.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are available with a unit of purchase of no more than 30 boxes per case and documentation to support this with initial submittal. 12.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adhesive side and the non-adherent pad attached to the adhesive side and documentation to support this with initial submittal. 13.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adherent pad in white or near white color, and documentation to support this with initial submittal. 14.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adherent pad that is 0.5 inch to 1.0 inch long and documentation to support this with initial submittal. 15.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed in a tan, beige or taupe color and documentation to support this with initial submittal. 16.Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that remain intact without tearing or pad separation during the application process. 17.Vendor must provide Bandage Adhesive Non-Woven (Plastic) that maintains uninterrupted adherence to skin surfaces for a period of four (4) hours. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 5. Optional Items / 1.BANDAGE ADHESIVE NON-WOVEN 0.6 INCH WIDE BY 2.5 INCHES LONG PRINTED / 2.BANDAGE ADHESIVE NON-WOVEN 0.6 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED / 3.BANDAGE ADHESIVE NON-WOVEN 0.75 INCH BY 1.25 INCHES SPOT NON-PRINTED / 4.BANDAGE ADHESIVE NON-WOVEN 0.75 INCH BY 1.25 INCHES SPOT PRINTED / 5.BANDAGE ADHESIVE NON-WOVEN 0.75 INCH SPOT NON-PRINTED / 6.BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG PRINTED / 7.BANDAGE ADHESIVE NON-WOVEN 1.0 INCH WIDE BY 2.25 INCHES LONG PRINTED / 8.BANDAGE ADHESIVE NON-WOVEN 1.0 INCH TO 1.5 INCHES WIDE BY 1.0 INCH TO 3.0 INCHES LONG NON-PRINTED / 9.BANDAGE ADHESIVE NON-WOVEN 2.0 INCH TO 3.0 INCHES WIDE BY 3.0 INCHES TO 4.5 INCHES LONG NON-PRINTED / 10.BANDAGE ADHESIVE NON-WOVEN BOX OF ASSORTED SIZES PRINTED / 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 Evaluation Site Leader (ESL) 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. Products received after the stated date and time will not be included in review to establish the QSL nor will these products participate in the subsequent Standardization Action. The late arrival products 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. One box (50-100 each) of the required items listed is to be provided 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 / BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED / There will be approximately 6 MTFs enterprise-wide that will be evaluating products. Each evaluator will evaluate the vendor submissions in the Bandage Adhesive Non-Woven (Plastic) product line. The MMESO Evaluation Site Leader 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 May 2017. Points of Contact (POCs): Mr. David Sheaffer, MMESO South Team Leader, david.v.sheaffer.ctr@mail.mil, 210-536-6075; and Mr. Joe Winter, RN, MSN, MMESO South Clinical Analyst, joseph.n.winter.ctr@mail.mil, 210-536-6072. 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-1607-05/listing.html)
 
Place of Performance
Address: Medical Materiel Enterprise Standardization Offices (MMESO), 7800 IH-10 West, Suite 220, San Antonio, Texas, 78230, United States
Zip Code: 78230
 
Record
SN04368339-W 20170112/170110234719-2fed89ac4160e0b3e54f3dbe950c09b7 (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  © 1994-2020, Loren Data Corp.