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, 2019 FBO #6259
SOLICITATION NOTICE

65 -- Disinfecting_Surface_Wipes_with_Low_Alcohol_Quaternary_Ammonium

Notice Date
1/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
700 Robbins Avenue Philadelphia PA 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
IAN-1811-64
 
Response Due
1/17/2019
 
Point of Contact
Mr. Juan Gonzales, MMESO North Data Analyst, Phone 571-231-5511, - Ms Vivian Alexander, MMESO North Clinical Analyst, Phone 571-231-5451
 
E-Mail Address
juan.a.gonzales8.ctr@mail.mil, vivian.r.alexander.ctr@mail.mil
 
Small Business Set-Aside
N/A
 
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 Standardization Action (SA) for the standardization of Disinfecting Surface Wipes with Low Alcohol/Quaternary Ammonium. Only those vendors on the Qualified Suppliers List (QSL) MN-1807-73_Disinfecting_Surface_Wipes_with_Low_Alcohol _Quaternary_Ammonium are eligible for participation. The MMESO North is the lead MMESO for this project. These Disinfecting Surface Wipes with Low Alcohol/Quaternary Ammonium 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. The Incentive Agreement (IA) resulting from this Sources Sought Notification is a supplement to the Prime Vendor (PV) Program and is not a contract. Vendors must have an agreement with the current DoD Medical/Surgical PVs, CARDINAL HEALTH and OWENS & MINOR, to distribute through the PV Program. For additional information regarding DLA Troop Support Medical's PV program, please access the DMMOnline web site at https://www.medical.dla.mil/. This Sources Sought notification is intended to solicit pricing quotes from vendors who are on the QSL MN-1807-73_Disinfecting_Surface_Wipes_with_Low_Alcohol_Quaternary_Ammonium. The pricing that is provided must be discounted from Distribution and Pricing Agreement (DAPA) prices or proposed DAPA prices. Vendors who are currently qualified for the QSL must meet the requirements below. The resulting IA will be for a base period of 36 months from date of selection, with one 24-month option period not to exceed a total of five (5) years. Anticipated selection date is 26 Feb 2019. Among vendors who are on QSL MN-1807-73_Disinfecting_Surface_Wipes_with_Low_Alcohol_Quaternary_Ammonium, the lowest price will determine selection. It is intended that the selected vendor(s) for this IA will support the enterprise goal of medical materiel standardization that combines operational and institutional requirements. The government is seeking a single vendor selection for an IA. The government reserves the right to standardize or not standardize on Disinfecting Surface Wipes with Low Alcohol/Quaternary Ammonium. Vendors agree to hold the submitted IA pricing firm for 75 days from the date specified for receipt of their IA offer. Notification of non-selection will be sent once the IA process is completed and the bilateral IA is signed. A. Products & Performance Required The MMESOs are seeking product line items in the category of Disinfecting Surface Wipes with Low Alcohol/Quaternary Ammonium. The total estimated enterprise-wide annual demand for this product line is approximately $2,268,186 based on Medical Product Data Bank (MedPDB) usage data over a recent 12-month period. The usage data represents requirements for the Army, Navy, and Air Force Institutional MTFs, along with operational assemblages in the Department of Defense (DoD). B. Instructions to Vendors Vendors on QSL MN-1807-73_Disinfecting_Surface_Wipes_with_Low_Alcohol_Quaternary _Ammonium who are interested in participating in the Standardization Action for an IA must provide a response to this Sources Sought notification via e-mail to the MMESO POCs below. In addition to the offered pricing as specified, please include the following information: (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) electronic printout(s) of base uncommitted offering submitted log or offered items already on DAPA. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the MMESO North that the submission, quote, and DAPA documentation were received by the MMESO North via e-mail, allowing adequate time for resubmission before the due date and time. Vendors must complete and submit the IA FBO Package Worksheet. A vendor who cannot open the IA FBO Package Worksheet may contact either of the MMESO POCs below and a copy will be provided 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, per the FBO Sources Sought notification, will not be eligible for participation in the Standardization Action for an IA. Vendor Instructions for Pricing Submission The pricing requirements are outlined below. Using the IA FBO Package Worksheet, pricing quotes must be submitted in full to the MMESO POCs by the above response date of this Sources Sought notification. Vendor part numbers and packaging MUST match those that were submitted and qualified to the subject QSL FBO. Vendors not currently on the subject QSL will not be considered for an IA. Vendors who are not selected will be notified in writing upon issuance of an IA. 1. Vendors will be required to submit incentive pricing discounts off DAPA base uncommitted pricing for all products included in this standardization initiative. Where lower base uncommitted government prices are available, the incentive tier is expected to be lower than such prices. This is because DAPAs, unlike other government prices, are base uncommitted. A vendor shall not quote base uncommitted prices as the discounted tier price for purposes of this standardization initiative. Vendors must provide quotes on items provided in response to the technical/company requirements. Based on the good faith volume estimates provided, vendor agrees to give all designated MTFs and Operational Units incentive pricing throughout the life of this agreement in exchange for 80% commitment of purchases for the MHS in this product line. A vendor who does not provide discounts off DAPA in response to the IA FBO will not be considered for continued participation. 2. Vendor must submit the following information via IA FBO Package Worksheet for each QSL required item: Vendor Part Number (PN), Manufacturer PN, Manufacturer Name, Full Item Description, DAPA Number for Item, Unit of Measure (UOM), Quantity (QTY) in UOM, Unit of Inner Packaging (UOP), QTY of UOM in UOP, Unit of Sale (UOS), QTY of UOM in UOS, UOS Base Price, UOS Incentive Price, UOM Base Price and UOM Incentive Price. Required Products / Annual Usage in Units / 1. DISINFECTING SURFACE WIPES, LOW ALCOHOL/QUATERNARY AMMONIUM (QUAT), INTERMEDIATE LEVEL, 1-3 MINUTE MYCOBACTERIUM TUBERCULOSIS (TB) KILL TIME, 50-250 WIPES PER CANISTER / 49,679,721 / Vendor instructions for Submission of DAPA Log and Commercial Pricing information 3. Vendor must submit a DAPA Log via the DAPA Management System (DMS) Manufacturer's Application including all offered items and relevant base uncommitted pricing for each. Submitted log base uncommitted pricing must correlate directly to that on the IA FBO Package Worksheet for all offered items. Vendors must send a screenshot of their submitted DAPA Log or of the required items already on their existing DAPA. Screenshots must be received by the MMESO POC's by the above response date of this Sources Sought notification. Vendors who do not meet this deadline will not be eligible for participation in the Standardization Action for an IA. 4. Vendor must send supporting commercial pricing information to the DAPA administrator by the above response date of this Sources Sought notification. Commercial pricing will help DAPA administrators make a fair and reasonable determination. To assist DAPA administrators in identifying Standardization submissions via e-mail, vendors should cite the product line name and IA number as shown in this IA FBO announcement. Note: DAPA holders must have an agreement with the current DoD Medical/Surgical PVs to distribute through the PV Program. DAPA holders must be prepared to ship items to both 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." It is strongly recommended that 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. These costs should be factored into any base uncommitted DAPA prices and any quoted IA prices. C. Source Selection Procedures Pricing evaluation of required items will occur for those vendors who have been previously qualified for the QSL. Price evaluation is based on the sum of each required item's offered IA unit price multiplied by number of estimated units. If all other requirements have been met, the lowest overall price will be selected for the IA for Standardization. The Government intends to make a selection based on initial quotes, but reserves the right to seek further discounts or request revised quotes if determined necessary. • In order to be eligible for selection, vendors are required to have established Fair and Reasonable base uncommitted DAPA prices for each product in the product line by time of selection. • Failure to establish a DAPA with approved base uncommitted pricing will preclude a vendor from being selected to establish an IA with the government. Points of Contact (POCs): MMESO North Data Analyst, Mr. Juan Gonzales, 571-231-5511, juan.a.gonzales8.ctr@mail.mil and MMESO North Team Leader, Ms. Vivian Alexander, 571-231-5451, vivian.r.alexander.ctr@mail.mil. DLA Troop Support Medical Contracting Officer: Ms. Tara J. Perrien, tara.perrien@dla.mil, 215-737-8307. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/IAN-1811-64/listing.html)
 
Place of Performance
Address: Medical Materiel Enterprise Standardization Offices (MMESO) Northern Regional Medical Command HQ ATTN: ACSLA (MCAT-LA) Building 1221 2nd Floor 9275 Doerr Road Fort Belvoir, VA
Zip Code: 22060
Country: US
 
Record
SN05192014-F 20190112/190110230039 (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.