Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

65 -- OR_Drapes - QSL FBO Package Worksheet

Notice Date
3/6/2017
 
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
ME-1607-07
 
Point of Contact
Mr. Tom Winkel, Phone: 011-49-6371-9464-4089, Ms. Gabrielle Burns, Phone: 011-49-6371-9464-4933
 
E-Mail Address
thomas.p.winkel.ctr@mail.mil, gabrielle.m.burns2.ctr@mail.mil
(thomas.p.winkel.ctr@mail.mil, gabrielle.m.burns2.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 OR Drapes. This is not a request for quote or proposal. The MMESO Europe is the lead MMESO for this project. These OR Drapes 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 OR Drapes 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). DAPA holders must be prepared to ship items to the PVs, so that the PVs may carry inventory and MTFs may designate items as usage; therefore, standardized items may not be coded in the DMS as "drop ship only." Note: It is recommended that new participants contact each PV prior to adding items to DAPA, in order to gain a full understanding of the PV's requirements and any potential costs associated with PV handling of those items, whether they are deemed usage or non-usage by the MTFs. 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 OR Drapes will be established approximately June 2017 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately July 2017 to submit pricing proposals to enter into an Incentive Agreement for OR Drapes. The government reserves the right to standardize or not standardize on OR Drapes. A. Products & Performance Required The MMESOs are seeking product line items in the category of OR Drapes. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $1,083,379. This forecast is based on historical usage data during a recent 12-month period. Twenty-four items are required for addition to the QSL and account for 59.84% ($648,307.22) of the total volume in sales ($1,083,379.96). 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 to allow 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 Eastern Standard Time (EST) 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 shall 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. Therefore, the vendor at the item level must provide 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, Number of eaches in Unit of Sale, and country of origin. 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 / 5.1UTILITY DRAPES WITH ADHESIVE, TWO PACK, 26 IN X 15 IN (+/-3 IN), STERILE /62,800 5.2THREE-QUARTER REINFORCED, FANFOLDED DRAPE, 60 IN X 76 IN (+/-4 IN), STERILE /41,432 / 5.3MAYO STAND COVER 24 IN X 54 IN (+/- 1 IN): REINFORCED, STERILE /33,536 / 5.4DRAPE 74 IN X 43 IN (+/- 4 IN), STERILE /22,260 / 5.5BACK TABLE COVERS 44 IN X 90 IN: REINFORCED, STERILE /21,869 / 5.6DRAPE SURGICAL SPLIT 78IN X 121 IN (+/-3 IN): WITH 4 IN X 43 IN (+/-3 IN ) REINFORCED, TUBE HOLDER, STERILE /15,860 / 5.7UNDER BUTTOCKS DRAPE WITH GRADUATED FLUID COLLECTION POUCH, 40 IN X 44 IN, STERILE /13,831 / 5.8DRAPE LEGGINGS 31 IN X 48 IN: 6 IN CUFF, STERILE /9,868 / 5.9IMPERVIOUS STOCKINETTE, 12 IN X 48 IN, STERILE /7,255 / 5.10LAPAROTOMY DRAPE 102 IN X 75 IN X 122 IN (+/-3 IN): 4 IN X 12 IN FENESTRATION WITH ADHESIVE, REINFORCED AREA, ARMBOARD COVERS, TUBE/CORD HOLDERS, STERILE /6,758 / 5.11PEDIATRIC LAPAROTOMY DRAPE, 75 IN X 122 IN (+/- 2 IN): 6 IN X 3.5 IN (+/- 1 IN) FENESTRATION, REINFORCED AREA, TUBE/CORD HOLDERS, STERILE /3,192 / 5.12BACK TABLE COVER 60 IN X 90 IN: HEAVY DUTY, REINFORCED, STERILE /4,143 / 5.13LAPAROSCOPIC/CHOLECYSTECTOMY DRAPE 104 IN X 76 IN X 121 IN (+/-2 IN): 14 IN X 11 IN (+/-1 IN) ABDOMINAL FENESTRATION, REINFORCED AREA, ARMBOARD COVERS, TUBE/CORD HOLDERS, STERILE /2,156 / 5.14BACK TABLE COVER 80 IN X 110 IN (+/- 1 IN): HEAVY DUTY, STERILE /2,132 / 5.15DRAPE SURGICAL ISOLATION 87 IN X 126 IN (+/-3 IN ): FLUID POUCH, ADHESIVE, STERILE /1,619 / 5.16IMPERVIOUS STOCKINETTE, 9 IN X 44 IN, STERILE /1,121 / 5.17LAPAROTOMY DRAPE WITH TROUGHS: 103 IN X 75 IN X 124 IN (+/-3 IN), 4 IN X 12 IN FENESTRATION, REINFORCED AREA, STERILE /993 / 5.18LAPAROSCOPY/PELVISCOPY DRAPE 104 IN X 35 X 104 IN: 7 IN X 9 IN ABDOMINAL AND 3X6INCH PERINEAL FENESTRATIONS, SEPARATE LEGGINGS, REINFORNCED AREA, AND TUBE/CORD HOLDERS, STERILE /776 / 5.19BEACH CHAIR SHOULDER DRAPE 172 IN X 100 IN: ATTACHABLE FLUID COLLECTION POUCH, CORD/TUBE HOLDERS, FENESTRATION, STERILE /804 / 5.20HIP DRAPE 116 IN X 88 IN X 136 IN (+/- 2 IN): STERILE, FENESTRATION, REINFORCED AREA, LEG POCKETS /768 / 5.21TRANSVERSE LAPAROTOMY DRAPE 103 IN X 75 IN X 121 IN (+/- 3 IN): 14 IN X 4 IN FENESTRATION, REINFORCED AREA, ARMBOARD COVERS, TUBE/CORD HOLDERS, STERILE /510 / 5.22BODY SPLIT DRAPE 88 IN X 116 IN: STERILE /432 / 5.23IMPERVIOUS SPLIT DRAPE 60 IN X 82 IN (+/- 2 IN): STERILE /430 / 5.24SHOULDER SPLIT DRAPE, 112 IN X 60 IN (+/- 1 IN): DUAL 6 IN X 8 IN (+/-1 IN) FENESTRATIONS, TUBE/CORD HOLDERS, STERILE /24 / 6.Vendor must provide OR Drapes that are not made of natural rubber latex and documentation to support this with initial submittal. 7.All vendor's OR Drapes products must meet levels of barrier protection stated in AAMI/ANSI PB70:2012, AAMI TIR11:2005, ASTM F1670 and ASTM F1671 and vendor must provide documentation to support this with initial submittal. 8.Vendor must provide OR Drapes that are non-toxic and do not have non-fast dyes and documentation to support this with initial submittal. 9.Vendor must provide OR Drapes that have minimal/low lint and documentation to support this with initial submittal. 10.Vendor must provide OR Drapes with packaging that identifies the type of drape, the size, sterility, procedure, fenestration sizes, and a list of all additional drape features for the drape and documentation to support this with initial submittal. 11.Vendor must provide product placement and unfolding directions that are visible upon opening of drape packaging for all procedure OR Drapes and documentation to support this with initial submittal. 12.Vendor must provide procedure OR Drapes with stickers or stamps indicated the direction the drape must be opened and documentation to support this with initial submittal. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 5. Optional Items/ 1.SURGICAL SPLIT DRAPE 48 IN X 48 IN: ADHESIVE, STERILE / 2.FENESTRATED DRAPE 30 IN X 30 IN: STERILE / 3.BACK TABLE COVER 72 IN X 30 IN: HEAVY DUTY, STERILE / 4.U-DRAPE 30 IN X 35 IN: POUCH, ADHESIVE, STERILE / 5.HAND DRAPE FENESTRATED 114 IN X 142 IN (+/-4 IN): TUBE/CORD HOLDER, TABLE EXTENSION, 1-2INCH CIRCULAR FENESTRATION, STERILE / 6.PEDIATRIC LAPAROTOMY DRAPE, 77 IN X 108 IN: 6 IN X 6 IN FENESTRATION, REINFORCED AREA, TUBE/CORD HOLDERS, STERILE / 7.DRAPE 60 IN X 76 IN (+/- 4 IN), STERILE / 8.DRAPE IMPERVIOUS SPLIT 60 IN X 70 IN (+/-3 IN): STERILE / 9.LAPAROSCOPY/PELVISCOPY DRAPE 112 IN X 30 IN X 124 IN: 7 IN X 9 IN ABDOMINAL AND 3 IN X 6 IN PERINEAL FENESTRATIONS, FLUID COLLECTION POUCH, LEGGINGS, REINFORNCED AREA, AND TUBE/CORD HOLDERS, STERILE / 10.KNEE ARTHROSCOPY DRAPE 91 IN X 122 IN (+/- 2 IN): POUCH, STERILE / 11.DRAPE 76 IN X 100 IN (+/- 4 IN), STERILE / 12.DRAPE FILM SPLIT 60 IN X 70 IN (+/-3 IN): STERILE / 13.LAPAROTOMY DRAPE 77 IN X 122 IN (+/-2 IN): 4 IN X 12 IN FENESTRATION, TUBE/CORD HOLDERS, REINFORCED AREA, STERILE / 14.LOWER EXTREMITY DRAPE 114 IN X 88 IN X 126 IN (+/- 3 IN): ARMBOARD COVERS, TUBE/CORD HOLDERS, 2.5 IN -3 IN FENESTRATION, STERILE / 15.CARDIOVASCULAR SPLIT DRAPE 115 IN X 85 IN X 151 IN: ADHESIVE, ARMBOARD COVERS, CLEAR ANESTHESIA SCREEN, PERFUSION TUBING HOLDER, STERILE / 16.CRANIOTOMY DRAPE 122 IN X 74 IN X 134 IN (+/- 4 IN): POUCH, REINFORCED AREA, 8 IN X 8 IN (+/- 4 IN) FENESTRATION, STERILE / 17.DRAPE SURGICAL EENT SPLIT 78 IN X 121 IN (+/-3 IN): WITH 3 IN X 29 IN (+/-2 IN ) REINFORCED, TUBE HOLDER, STERILE / 18.FEMORAL ANGIOGRAPHY DRAPE 79 IN X 142 IN (+/- 4 IN): IJ ACCESS, DUAL FENESTRATION, STERILE / 19.LAPAROSCOPY DRAPE 104 IN X 36 IN X 123 IN: 12 IN X 13 IN ABDOMINAL AND 3X6INCH PERINEAL FENESTRATIONS, REINFORCED AREA, ARMBOARD COVERS, STERILE / 20.MAYO STAND COVER 31 IN X 57 IN (+/- 2 IN): REINFORCED, STERILE / 21.OVERHEAD TABLE COVER 110 IN X 73.75 IN WITH 44 IN X 60 IN SKIRT: TAPE, STERILE / 22.PEDIATRIC LAPAROTOMY DRAPE, 60 IN X 108 IN: 6 IN X 6IN FENESTRATION, REINFORCED AREA, TUBE/CORD HOLDERS, STERILE / 23.U-DRAPE 88 IN X 108 IN: REINFORCED, STERILE / Evaluation Evaluations for this product line will be done by a panel of experts as a document review. The MMESO Evaluation Site Leader will review the responses from the vendors to 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 April 2017. Points of Contact (POCs): Mr. Thomas Winkel, MMESO Europe Team Leader, thomas.p.winkel.ctr@mail.mil, 011-49-6371-9464-4089; and Ms. Gabrielle Burns, RN, BSN, MBA, MMESO Europe Clinical Analyst, Gabrielle.m.burns2.ctr@mail.mil, 011-49-6371-9464-4933. 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/ME-1607-07/listing.html)
 
Place of Performance
Address: ERMC HQ, CMR 402 box 219, Dept G4, Bldg 3739, Rm 222, APO 09180-0003, Landstuhl, Rhineland-Palatinate, Non-U.S., Germany
 
Record
SN04424835-W 20170308/170306235100-dc07f7af535eedb77e1c863108d35b09 (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.