Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

R -- Inventory Management services for wound closure products

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0305
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Description
This is an unrestricted combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-05 -T-0305 is issued as a request for quotations (RFQ). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.arnet.gov/far and http:// farsite.hill.af.mil. The NAICS code is 323121. NMCSD requests responses from qualified sources capable of providing the following: CLIN 0001: $ ________Inventory Management service for Surgical sutures per month. Clin 0002: $ ________, Inventory Management service for Endo-mechanical supplies per month. Period of Performance is 01 Oct 2005 to 30 June 2006 IAW SOW: Statement Of Work: I. INTRODUCTION: 1. Scope of Work ? The Government is seeking to place under contract a business entity that can provide inventory management services for wound closures products (surgical sutures and endo-mechanicals) for Naval Medical Center San Diego (NMCSD), Main Operating Room, Urology, General Surgery and Gynecology/ Obstetrical Departments. All these products are purchased and distributed through Owens and Minor, the government?s Prime Vendor for Medical & Surgical supplies for the TRICARE Southwest region. 2. Background ? NMCSD purchases over $411K in sutures and $478K in Endo-Mechanical products for four major departments. The purpose of this effort is to provide overall cost saving by providing just-in-time inventory management minimizing over-stocking and product expiration prior to use. II. Duties and Responsibilities: 1. Guarantee Savings. The Contractor shall provide a ?savings guarantee? in that the Contractor assures to NMCSD that product purchases during the first year of services, inclusive of any applicable monthly management fees, shall be at least 5% less than NMCSD?s expenditures on these product purchases for the twelve month period prior to implementation for the designated departments. 2. Savings Guarantee. Services shall yield NMCSD at least a 5% cost avoidance on these product purchases for the twelve-month period prior to implementation for designated departments. In order for this guarantee to apply, there must be parity between the benchmark year and the first year of service as measured by operative case volume, operative case mix, product mix and manufacturer contract pricing. Additional information relating to the savings guarantee is set forth in Attachments B and C. 3. Excess Products. The Contractor shall work with NMCSD to identify and facilitate the removal of excess product investment through returns to manufacturers and, in some instances, inventory credit or buyback through the Prime Vendor. 4. Inventory Management. On not less than a weekly basis, the Contractor?s representative shall perform a physical inventory of product in predetermined designated stocking locations. Based on the physical inventory results and the corresponding product PAR levels established by the Contractor and NMCSD, the Contractor will produce a recommended order for product replenishment (which shall be presented to, approved and processed by the government.). 5. Product Replenishment. The Contractor shall fill all orders for product, which shall be packaged and segregated for each departmental stocking location pursuant to a mutually agreed upon delivery schedule. All shipments shall be FOB NMCSD, except as negotiated otherwise with the Contractor. 5. Product Maintenance. The Contractor agrees that (i) no products shall be added to or deleted by the Contractor?s representative from NMCSD?s inventory without written permission of the government representative and; (ii) product par levels shall be mutually determined by NMCSD and Contractor for each departmental stocking location. III. CUSTOMER INFORMATION: 1. Purchases: Twelve month purchasing history as identified by NMCSD survey conducted prior to execution of this Contract: Informational use only purchase May 2004 to April 2005. Suture: $370,213,Endo-mechanical:$478,838,Grand Total: $849,051 Maximum guaranteed purchases:$804,599;Minimum guaranteed savings:$42,453;Inventory reduction targets:Suture storage areas:$42,394;Endo-mechanical storage areas:$37,971;Total reduction target:$80,365. 2. Designated Departments (including but not limited to storage locations in the following departments): Main Operating Room: Sutures and Endo-Mechanical devices. Urology: Endo- Mechanical devices, General Surgery: Endo-Mechanical devices: Gynecology/Obstetrical: Endo-Mechanical devices. 3. Delivery Schedule: IV. CONTRACT MANAGEMENT : 1. The Contractor shall implement and maintain cost and schedule monitoring procedures adequate to provide performance reporting and timely identification and resolution of all problems that effect proper completion of this effort. 2. Customer Information. Each month, NMCSD agrees to provide to the Contractor monthly operative case statistics for purposes of report preparation by the Contractor and measurement of savings achieved. The Contractor agrees to treat as confidential all operative case statistics provided by NMCSD. 3. Quarterly Reports. NMCSD shall receive quarterly and/or monthly reports (as required) with detailed analysis of product purchases, utilization and inventory investment by departmental stocking locations. The analysis shall include: product with highest cost and highest activity; product showing no activity (6 mos. minimum history); product indicating excess investment (3 mos. minimum history); and product comparisons to prior periods and average costs by department. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. Applicable clauses are FAR 52.212-1, Instructions to Offerors , Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incoporated by Reference ( Feb 1998) 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions , Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.232-18, Availability of funds. 52.204-7 Central Contractor Registration. 52.233-3, Protest after award. 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. 52.212-2, EVALUATION ?COMMERCIAL ITEMS (1/99). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical Capability, Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the uccessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certications and representations must be completed and submitted along with your quote. Quotes are accepted in any form by mail or e-mail to: lmpruett@nmcsd.med.navy.mil
 
Place of Performance
Address: Naval Medical Center San Diego, Main Operating room, Urology, General Surgery, and Gynecology/ Obstetrical Departments, 34800 Bob Wilson Drive, San Diego, Ca
Zip Code: 92134
Country: USA
 
Record
SN00886182-W 20050904/050902212428 (fbodaily.com)
 
Source
FedBizOpps.gov 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.