The RFP Database
New business relationships start here

Chest_Tube_Drainage_Systems


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Chest Tube Drainage Systems. This is not a request for quote or proposal. The MMESO Pacific is the lead MMESO for this project.

These Chest Tube Drainage Systems 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 Chest Tube Drainage Systems 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 Chest Tube Drainage Systems will be established approximately May 2018 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately June 2018 to submit pricing proposals to enter into an Incentive Agreement for Chest Tube Drainage Systems. The government reserves the right to standardize or not standardize on Chest Tube Drainage Systems.

A. Products & Performance Required
The MMESOs are seeking product line items in the category of Chest Tube Drainage Systems. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $716,721.55. This forecast is based on historical usage data during a recent 12-month period. Four items are required for addition to the QSL and account for 93.07% ($684,818.39) of the total volume in sales ($716,721.55). 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 allowing 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 4:00 PM Hawaii Standard Time 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 /


5.1 CHEST TUBE DRAINAGE SYSTEM, DRY SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION UNIT ATTACHED OR SELF ENCLOSED, 2000 ML - 2100 ML CAPACITY / 3,009 /
5.2 CHEST TUBE DRAINAGE SYSTEM, DRY SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML - 2100 ML CAPACITY / 4,868 /
5.3 CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML - 2500 ML CAPACITY / 1,879 /
5.4 CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML - 2500 ML CAPACITY / 510 /

6. Vendor must provide FDA approved Chest Tube Drainage Systems and provide documentation to support this with initial submittal.
7. Vendor must provide Chest Tube Drainage Systems products that are not made with natural rubber latex and documentation to support this with initial submittal.
8. Vendor must provide sterile Chest Tube Drainage Systems products and documentation to support this with initial submittal.
9. Vendor must provide with each Chest Tube Drainage System written instructions for use and provide documentation to support this with initial submittal.
10. Vendor must provide Chest Tube Drainage Systems with an expiration date clearly visible on the packaging and provide documentation to support this with initial submittal.
11. Vendor must provide Chest Tube Drainage Systems which are designed with a built-in safeguard to allow the unit to stand firmly on the floor to prevent being knocked or tipped over and provide documentation to support this with initial submittal.
12. Vendor must provide Chest Tube Drainage Systems with pre-attached handle(s) and pre-attached hanger(s) and provide documentation to support this with initial submittal.
13. Vendor must provide Chest Tube Drainage Systems with needleless access port for sample collection and provide documentation to support this with initial submittal.
14. Vendor must provide single-use Chest Tube Drainage Systems products and documentation to support this with initial submittal.
15. Vendor must provide Chest Tube Drainage Systems with an air leak monitor and provide documentation to support this with initial submittal.
16. Vendor must provide dry suction units Chest Tube Drainage Systems with a suction control regulator that adjusts from -10 centimeters to -40 centimeters of water and provide documentation to support this with initial submittal.
17. Vendor must provide Chest Tube Drainage Systems with collection chambers with incremental/graduated identifiable markings at least every 25 mL and provide documentation to support this with initial submittal.
18. Vendor must provide Chest Tube Drainage Systems with an active suction control indicator, such as, but not limited to: a color change, object that moves or floats, Yes/No written indicator, an appearing/disappearing icon, etc.; and provide documentation to support this with initial submittal.
19. Vendor must provide Chest Tube Drainage Systems with, at a minimum, one clamp on the patient side of the chest tubing and documentation to support this with initial submittal.
20. Vendor must agree to provide in-service training in a method identified by the government. This government identified training method may be in the form of in-person training sessions, DVD, web-based training and/or materials or written materials (i.e. user manual, package inserts and literature). Vendor must provide documentation to support this with initial submittal.
21. Vendor must provide Chest Tube Drainage Systems with pre-attached hanger(s) that support a suspended Chest Tube Drainage System at a maximum collection capacity for 30 minutes without breaking/cracking anywhere on the unit including the pre-attached hanger(s) or the attachment points.
22. Vendor must provide Chest Tube Drainage Systems with a write-on surface on the front of collection chamber that allows annotations made with a permanent marker and ball point pen to remain legible after attempt to erase them with water.
23. Vendor must provide Chest Tube Drainage Systems with graduated markings that are legible from a distance of three (3) feet.

Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 5.

Optional products /


1. CHEST TUBE DRAINAGE SYSTEM, DRY SEAL, DRY SUCTION WITH DUAL COLLECTION CHAMBERS, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML CAPACITY /
2. CHEST TUBE DRAINAGE SYSTEM, DRY SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 200 ML CAPACITY /
3. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH DUAL COLLECTION CHAMBERS, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML - 2500 ML CAPACITY /
4. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH DUAL COLLECTION CHAMBERS, NO AUTOTRANSFUSION CAPABILITY, 2500 ML CAPACITY /
5. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 150 ML CAPACITY /
6. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION ATTACHED OR SELF ENCLOSED, 2000 ML - 2500 ML CAPACITY /
7. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 200 ML CAPACITY /
8. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, NO AUTOTRANSFUSION CAPABILITY, 200 ML CAPACITY /
9. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH DUAL COLLECTION CHAMBERS, AUTOTRANSFUSION COMPATIBLE UNIT, 2000 ML - 2500 ML CAPACITY /
10. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH DUAL COLLECTION CHAMBERS, NO AUTOTRANSFUSION CAPABILITY, 2000 ML - 2500 ML CAPACITY /
11. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION ATTACHED OR ENCLOSED, 2500 ML CAPACITY /
12. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION COMPATIBLE UNIT, 200 ML CAPACITY /
13. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH SINGLE COLLECTION CHAMBER, NO AUTOTRANSFUSION CAPABILITY, 150 ML CAPACITY /
14. CHEST TUBE DRAINAGE SYSTEM, WATER SEAL, WET SUCTION WITH SINGLE COLLECTION CHAMBER, NO AUTOTRANSFUSION CAPABILITY, 2000-2500 ML CAPACITY /

Evaluation
After the lead MMESO receives all information required above, they will send each vendor making a complete and approved submission a written request to provide product samples to the Evaluation Site Leader (ESL) at the participating MTFs. MTF "Ship to" Addresses will be provided as part of the request. To ensure your eligibility to participate, all products required for evaluation must be shipped no later than 14 calendar days from issuance of the MMESO's request and must arrive at all designated MTFs no later than 5:00 PM local time at delivery location, 20 calendar days from issuance of the MMESO's request. Products received after the stated date and time will not be included in review to establish the QSL nor will these products participate in the subsequent Standardization Action. The late arrival products will be destroyed upon receipt.

Vendor will provide only the following products for evaluation. The products will be provided at no cost to the government for products or delivery, and unused products will not be returned. Six (6) each of the required item listed below and one manufacturer's instructions are to be provided to each of the evaluation sites as requested by the Lead MMESO. Vendor will be required to supply the same part number(s) submitted in the QSL FBO Package Worksheet.

Items for Evaluation
1. CHEST TUBE DRAINAGE SYSTEM, DRY SEAL, DRY SUCTION WITH SINGLE COLLECTION CHAMBER, AUTOTRANSFUSION UNIT ATTACHED OR SELF ENCLOSED, 2000 ML - 2100 ML CAPACITY /


2. MANUFACTURER'S INSTRUCTIONS: Instructions on operation of the product. /

There will be approximately 5 MTFs enterprise-wide that will be evaluating products.

The MMESO Evaluation Site Leader will review the responses from the vendors and the results from the product evaluations and 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 May 2018.

Points of Contact (POCs):
MMESO Pacific Team Leader Mr. Paul Davis, 808-433-3686, paul.j.davis.ctr@mail.mil, and MMESO Pacific Clinical Analyst Ms. Tammie Morton, 808-433-7985, tammie.w.morton.ctr@mail.mil. DLA Troop Support Medical Contracting Officer: Tara J. Perrien, tara.perrien@dla.mil, 215-737-8307.


Mr. Paul Davis, MMESO Pacific Team Lead, Phone 808-433-3686, Email paul.j.davis.ctr@mail.mil - Ms. Tammie Morton, MMESO Pacific Clinical Analyst, Phone 808-433-7985, Email tammie.w.morton.ctr@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP