Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

65 -- Pharmaceutical Prime Vendor Program

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
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
SPM2DP-12-R-0004
 
Point of Contact
Patricia D. Kniffin, Phone: 2157375097, Jayne A Bailie, Phone: 215-737-6080
 
E-Mail Address
patricia.kniffin@dla.mil, Jayne.Bailie@dla.mil
(patricia.kniffin@dla.mil, Jayne.Bailie@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a Sources Sought Notice only. This is NOT a Request for Proposal, Request for Quote or Invitation for Bid. DLA Troop Support Medical is conducting market research for the anticipated renewal acquisitions of its CONUS and OCONUS Pharmaceutical Prime Vendor Programs. The purpose of this synopsis is to gain knowledge of industry interest. This new initiative will solicit the requirements for both CONUS and OCONUS customers in one solicitation. The solicitation will incorporate one Statement of Work (SOW). The differences between the CONUS and OCONUS requirements will be emphasized in the SOW. Competition will be sought, promoted, and sustained through the issuance of a competitive Request for Proposal (RFP) on a full and open competition basis with the exception of the Upper Prairie Small Business Set-Aside portion. The anticipated award date is approximately October 2014. The anticipated Firm Fixed Price Requirements contract length is ten (10) years which will include a 30-month base period and three (3) 30-month option periods. The estimated dollar value is $24B for the entire program. The Government intends to make a minimum of two awards for the Primary Supplier (PS) and if it is in the Government's best interest, award a Back-up Supplier (BS) contract. However, the Government reserves the right to make a single award in the event that only one acceptable offer is received and/or the remaining price offers are considered unreasonable. It is anticipated that the solicitation will include DLAD provision 52.215-9023. The CONUS/OCONUS (C/O) program provides continuous support of pharmaceutical and pharmaceutical related products to various DoD and U.S. Coast Guard (USCG) Military Treatment Facilities (MTFs), Designated Providers (DPs), and "Other" Government Organizations (OGAs) located throughout the world. DPs are non-profit health care providers that are part of the Uniformed Services Family Health Plan (USFHP) program. OGAs are all non-DoD, non-USCG, and non-DP facilities that currently participate in DLA Support's PPV program. The PPV is also required to supply War Readiness Material (WRM) requirements as cited in the Statement of Work (SOW). CONUS and OCONUS Program Overview: The term "contractor" refers to each firm selected as a Primary Supplier (PS) or Back-up Supplier (BS) - formerly referred to as Secondary Supplier (SS). The Regions are part of the Military Services' TRICARE Health System which is the health care program for Uniformed Service members, retirees and their families worldwide. Primary Supplier (PS) Regions: TRICARE North/Europe, TRICARE South/SOUTHCOM, TRICARE West/Pacific, Other Government Agencies/Designated Providers, and Upper Prairie Regions. The PS is responsible for providing each MTF's normal day-to-day requirements as well as the Region's War Readiness Materiel (WRM) requirements cited in the SOW. Back-up Supplier (BS) Regions: TRICARE North/Europe, TRICARE South/SOUTHCOM, TRICARE West/Pacific, Other Government Agencies/Designated Providers, and Upper Prairie Regions. The BS shall provide to the customer those normal day-to-day "program items" which the PS cannot fill. It is estimated that the value of such sales under a Back-up contract may range from zero to 5% of the total sales estimated for the region; however, historical figures indicate that the BS normally receives sales of less than 1% of the total sales for a region. Examples of complete or partial orders for which the BS may receive orders are: (i) items out of stock at the PS; (ii) items on manufacturer backorder; (iii) items for which usage data was not supplied to the PS; (iv) items for which partial shipments were made by the PS; and (v) items for which current demand exceeds prior usage. The BS shall not be responsible to provide support to the PS on the WRM requirements contained in the SOW. This Sources Sought Notice is issued for the purpose of market research only and the Government is in no way obligated to purchase any material as a result of this inquiry. The Government will not pay for any information submitted by respondents in response to this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2DP-12-R-0004/listing.html)
 
Record
SN02720766-W 20120414/120412235548-08b98ed3654f62924be9a2675f900315 (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.