Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

65 -- Airway, Supraglottic with Non-Inflatable Cuff

Notice Date
7/20/2020 8:34:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111 USA
 
ZIP Code
19111
 
Solicitation Number
MN-1912-64
 
Response Due
8/4/2020 2:00:00 PM
 
Archive Date
12/20/2020
 
Point of Contact
Ms. Vivian Alexander, Phone: 5712315451, Mr. Harris Satari, Phone: 5712315456
 
E-Mail Address
vivian.r.alexander.ctr@mail.mil, harris.satari.ctr@mail.mil
(vivian.r.alexander.ctr@mail.mil, harris.satari.ctr@mail.mil)
 
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 Sources Sought notification for the creation of a Qualified Suppliers Listing (QSL) for Airway, Supraglottic with Non-Inflatable Cuff. This is not a request for a price quote. The MMESO North is the lead MMESO for this project. These Airway, Supraglottic with Non-Inflatable Cuff 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 the DMM Online 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 Airway, Supraglottic with Non-Inflatable Cuff in accordance with (IAW) FAR 9.2. The QSL for Airway, Supraglottic with Non-Inflatable Cuff will be established approximately 31 October 2020 and is anticipated to be the basis of a Standardization Action. All medical consumable items on 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 registration in the DAPA Management System (DMS) at https://www.medical.dla.mil/Portal/DapaMS/DapaMS.aspx and include either their DAPA number or their Defense Medical Materiel (DMM) number as part of their QSL Package Worksheet submission. Receiving a DMM number allows access to the DMS and is the first step to becoming a DAPA holder. 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. If you qualify as a vendor on the QSL, you will then be invited, approximately 30 November 2020, to submit pricing quotes and a separate screenshot of your submitted DAPA Log submission or existing DAPA base uncommitted pricing for all required items to the MMESO POCs. Both pricing quotes and substantiating DMS documentation will be required for eligibility to enter into an Incentive Agreement (IA) for Airway, Supraglottic with Non-Inflatable Cuff. Only those vendors with an established DAPA will be eligible to enter into the subsequent IA. The Government reserves the right to standardize or not standardize on Airway, Supraglottic with Non-Inflatable Cuff. 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 Package Worksheet. In addition, according to the DAPA Terms and Conditions, vendors must complete the DAPA TAA Certification for each item quoted. If a quoted item is a TAA Non-Compliant End Product, the Government can use this information to determine whether or not a non-availability determination exists or if the Government will make a non-availability determination for the item. Unless a non-availability determination is made or a waiver is obtained, TAA Non-Compliant Country End Products cannot be added to the QSL and/or DAPA. NOTE: The Contracting Officer will review submissions in response to the subsequent IA for Airway, Supraglottic with Non-Inflatable Cuff for country of origin purposes. Only vendors on the QSL who offer items which are US made, designated country, or qualifying country end products will be considered for an IA, unless the Contracting Officer determines that no functional equivalent item is available from a compliant source in accordance with DFARS 225.403(c) (i). Vendors are advised to keep this in mind when submitting their response to this Sources Sought notification. A. Products & Performance Required The MMESOs are seeking product line items in the category of Airway, Supraglottic with Non-Inflatable Cuff. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $683,243.38. This forecast is based on historical usage data during a recent 12-month period. Three items are required for addition to the QSL and account for 100% of the total volume in sales $683,243.38. The specifications for this project are shown in the �Requirements to Qualify for QSL� section below. B. Instructions to Vendors to Qualify for the QSL Vendors interested in qualifying for inclusion in the QSL must respond to this QSL Sources Sought notification by sending the appropriate QSL Package Worksheet and all supporting documentation via e-mail to the lead MMESO and DLA POCs below. The QSL requirements are outlined under Requirements to Qualify for QSL outlined below. Vendor must complete the QSL Package Worksheet in full to the MMESO POCs and DLA POC as listed in the QSL Source Sought notification by the above response date. The vendor�s submission 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; (4) Identification of the Sources Sought notification to which the vendor is responding, and (5) DAPA or DMM number. Only ONE Manufacturer Part Number may be provided for each product description listed in Requirement 5 per submitted response. Vendors may provide multiple responses/submissions to the QSL Source Sought notification. Vendor must offer commercially available products for all items offered in response to this Sources Sought notification. Supporting documentation must be in form of commercially available catalogs and product literature (e.g. brochures, user manuals, product packaging, product specification sheets, product images, etc.).� 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. 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 response date above for this QSL 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. 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 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 Package Worksheet. Technical Review Supplier Requirements: 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 date of application and DMM number proving access to the DMS, as the subsequent Standardization Action requires vendors to have all required items on DAPA. 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, as standardized items from this QSL will be distributed via the MSPV program. 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, as standardized items from this QSL will be distributed via the MSPV program. 4. 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 without a CAGE Code and/or a SAM account will not be considered for participation in the subsequent Standardization Action. See https://www.sam.gov/portal/public/SAM/. Required Products: 5. Vendor must provide manufacturer part numbers that meet the product descriptions below. Vendor must submit the following information via QSL Response Worksheet for each offered product: Vendor Part Number (PN), Manufacturer PN, Manufacturer Name, Full Item Description, Unit of Measure (UOM), Quantity (QTY) in UOM, Unit of Inner Packaging (UOP), QTY of UOM in UOP, Unit of Sale (UOS), and QTY of UOM in UOS. The vendor 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. 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 this QSL Announcement and as noted in the QSL Package Worksheet. Required Products - Annual Usage in Units 5.1 AIRWAY, SUPRAGLOTTIC, NON-INFLATABLE CUFF, ADULT, SIZE 3 - 8,737 5.2 AIRWAY, SUPRAGLOTTIC, NON-INFLATABLE CUFF, ADULT, SIZE 4 - 25,303 5.3 AIRWAY, SUPRAGLOTTIC, NON-INFLATABLE CUFF, ADULT, SIZE 5 - 25,723 6. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products that are not made with natural rubber latex. Vendor must also provide submittal documentation establishing that the offered products are not made with natural rubber latex. The vendor must meet this requirement in one of two ways: 1) demonstrating that the labeling or product information for the offered products contains the FDA recommended statement ""Not made with natural rubber latex,"" or 2) demonstrating that the ISO BS EN 15223-1:2016 symbol [reference number 5.4.5 with Annex B.2 Negation Symbol] is on the labeling or product information for the offered products. 7. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products with a 15 mm outer diameter of the proximal connector and provide documentation to support this with initial submittal. 8. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products that can be inserted without the use of instruments for visualization and provide device insertion guide documentation to support this with initial submittal. 9. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products that can be used as conduit for intubation under fiber-optic guidance and provide documentation to support this with initial submittal. 10. Vendor must provide sterile Airway, Supraglottic with Non-Inflatable Cuff products and indicated as such on the individual product packaging whether in a statement or the appropriate ISO BS EN ISO 15223-1:2016 sterile symbol [reference number 5.2]. Vendors must provide a picture of the individual product packaging for each required item in support of this requirement with initial submittal. 11. Vendor must provide single-use Airway, Supraglottic with Non-Inflatable Cuff products and indicated as such on the individual product packaging in a statement or by the ISO BS EN 15223-1: 2016 symbol [reference number 5.4.2]. Vendors must provide a picture of the individual product packaging for each required item in support of this requirement with initial submittal. 12. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products with translucent tubing. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 13. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products that have weight based sizing information printed on the device. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 14. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products with an integrated bite block. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 15. Vendors must provide Airway, Supraglottic with Non-Inflatable Cuff products with teeth position guide marked on the integrated bite block. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 16. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products with an integrated gastric access channel. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 17. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products in protective packaging that keeps the device shape intact up to insertion. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. 18. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products that are color coded to identify device size. Vendors must provide a photo of the individual picture for each required item in support of this requirement with initial submittal. 19. Vendor must provide Airway, Supraglottic with Non-Inflatable Cuff products with epiglottic rest on the proximal edge of the cuff. Vendors must provide a picture of the individual product for each required item in support of this requirement with initial submittal. Evaluation Evaluations for this product line will be done by a panel of experts as a technical review to determine which vendors meet the requirements. Vendors who provide all requested information and meet the requirements will be selected for inclusion on the QSL. Vendors will be notified of whether they met or did not meet the QSL requirements by approximately 31 October 2020. Points of Contact (POCs): MMESO North Team Leader Contractor Ms. Vivian Alexander, 571-231-5451, vivian.r.alexander.ctr@mail.mil and MMESO North Clinical Analyst Contractor Mr. Harris Satari, harris.satari.ctr@mail.mil, 571-231-5456. DLA Troop Support Medical Contracting Officer: Tara J. Perrien, tara.perrien@dla.mil, 215-737-8307.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08d7b65f70e34fce8e9689b960dec36a/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN05726683-F 20200722/200720230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.