The RFP Database
New business relationships start here

Transparent_Occlusive_Dressing


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 Standardization Action (SA) for the standardization of Transparent Occlusive Dressing. Only those vendors on the Qualified Suppliers List (QSL) MP-1706-34_Transparent_Occlusive_Dressing are eligible for participation. The MMESO Pacific is the lead MMESO for this project.

These Transparent Occlusive Dressing 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 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 MP-1706-34_Transparent_Occlusive_Dressing. 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 three (3) years (36 months) from date of selection, with one (1) 24-month "option" period not to exceed a total of 5 years. Anticipated selection date is 10 Jun 2018. Among vendors who are on QSL MP-1706-34_Transparent_Occlusive_Dressing, best 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 Transparent Occlusive Dressing.

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 Transparent Occlusive Dressing. The total estimated enterprise-wide annual demand for this product line is approximately $654,335.89 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). The specifications for this project are shown in Requirements below.

B. Instructions to Vendors
Vendors on QSL MP-1706-34_Transparent_Occlusive_Dressing 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; 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 MMESO Pacific that the submission and quote were received by the MMESO Pacific via e-mail, allowing adequate time for resubmission before the due date and time should a problem occur with the first submission. Vendor 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 4:00 PM Hawaii Standard Time (HST) on the date listed for closing, per the FBO Sources Sought notification, will not be eligible for participation in the Standardization Action for an Incentive Agreement.

C. Source Selection Procedures
Pricing analysis of required items will occur for those vendors who have been previously qualified for the QSL. Price will be evaluated based on unit price multiplied by number of estimated units. The best overall price will be the determining factor in vendor selection for an Incentive Agreement for Standardization. Quotes should contain the vendor's best discounts off of the vendor's DAPA pricing. The Government intends to make a selection based on initial quotes but reserves the right to conduct discussions and request revised quotes if determined necessary.

Vendor Instructions for Pricing Submission
The pricing requirements are outlined below. Complete pricing offer and vendor information must be submitted in full to the MMESO POCs by the response date of this Sources Sought Notification. Vendor part numbers, pricing 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. An IA will only be issued once the Vendor has established Fair and Reasonable base uncommitted DAPA prices for each product in the product line. Failure to establish approved DAPA base uncommitted prices will preclude a vendor from establishing an IA with the government. Use these instructions to complete the IA FBO Package Worksheet. Vendors who are not selected will be notified in writing upon issuance of an IA.

1. 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. DRESSING TRANSPARENT OCCLUSIVE 1 ½ IN X 1 ½ - 2 IN STERILE WITH FRAME STYLE / 43,800 /
2. DRESSING TRANSPARENT OCCLUSIVE 2 - 2 ½ IN X 2 ¾ - 3 IN STERILE WITH FRAME STYLE / 858,682 /
3. DRESSING TRANSPARENT OCCLUSIVE 4 IN X 10 IN STERILE WITH FRAME STYLE / 7,580 /
4. DRESSING TRANSPARENT OCCLUSIVE 4 IN X 4 ¾ IN STERILE WITH FRAME STYLE / 512,411 /
5. DRESSING TRANSPARENT OCCLUSIVE 6 IN X 8 - 8 ½ IN STERILE WITH FRAME STYLE / 30,350 /
6. DRESSING TRANSPARENT OCCLUSIVE 8 IN X 12 IN STERILE WITH FRAME STYLE / 3,570 /

2. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 1. Pricing for these additional items will not be part of the pricing computation for vendor selection. All additions will be at the discretion of the Government.

Item Descriptions /
1. DRESSING TRANSPARENT OCCLUSIVE 12 IN X 12 IN STERILE WITH FRAME STYLE /
2. DRESSING TRANSPARENT OCCLUSIVE 12 IN X 24 IN STERILE WITH FRAME STYLE /
3. DRESSING TRANSPARENT OCCLUSIVE 4 IN X 5 IN STERILE WITH FRAME STYLE /
4. DRESSING TRANSPARENT OCCLUSIVE 5 IN X 7 IN STERILE WITH FRAME STYLE /

3. Vendor will be required to submit discounts off of DAPA for all products included in this standardization initiative. Where lower base uncommitted government prices are available, such as Federal Supply Schedule (FSS) prices, 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 such as FSS prices as the discounted tier price for purposes of this standardization initiative. Vendor 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.

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, whether they are deemed usage or non-usage by the MTFs, and factor PV costs into their offered IA tier pricing.

Points of Contact (POCs):
MMESO Pacific Clinical Analyst, Ms. Cora Toledo, 808-433-2894, corazon.m.toledo.ctr@mail.mil and MMESO Pacific Team Leader, Mr. Paul Davis, 808-433-3686, paul.j.davis.ctr@mail.mil. DLA Troop Support Medical Contracting Officer: Ms. Tara J. Perrien, tara.perrien@dla.mil, 215-737-8307.


 


Ms. Corazon Toledo, MMESO Pacific Clinical Analyst, Phone 808-433-2894, Email corazon.m.toledo.ctr@mail.mil - Mr. Paul J. Davis, MMESO Pacific Team Leader, Phone 808-433-3686, Email paul.j.davis.ctr@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP