Federal Contract Opportunity

Last Updated on 11 Jan 2024 at 12 PM
Combined Synopsis/Solicitation
Frederick Maryland

Chest Drain Valves, One-way

Details

Solicitation ID IAS-2312-21
Posted Date 11 Jan 2024 at 12 PM
Response Date 05 Dec 2024 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Troop Support
Agency Department Of Defense
Location Frederick Maryland United states 21702

Possible Bidders

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Tw Metals Incorporated

Charlotte Wichita Cranbury Cincinnati South charlest Carol stream Forest park Exton Agawam Leetsdale Los angeles Orlando

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Sign up to access Documents

Signup now

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 Chest Drain Valves, One-way. Only those vendors on the Qualified Suppliers List (QSL) MS-2311-04 Chest Drain Valves, One-way are eligible for participation. The MMESO South is the lead MMESO for this project.

These Chest Drain Valves, One-way 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 MS-2311-04 Chest Drain Valves, One-way. 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 period of five (5) years from date of selection. Anticipated selection date is 11 March 2024. Among vendors who are on QSL MS-2311-04 Chest Drain Valves, One-way, 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 Chest Drain Valves, One-way.

Vendors agree to hold the quoted 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. Additionally, the gaining vendor will be required to validate an eLog of their quoted IA tier at that time and submit it to DAPA.

A. Products & Performance Required
The MMESOs are seeking product line items in the category of Chest Drain Valves, One-way. The total estimated enterprise-wide annual demand for this product line is approximately $794,799.25 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 MS-2311-04 Chest Drain Valves, One-way 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; 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 South that the submission, quote and DAPA documentation were received by the MMESO South via e-mail, allowing adequate time for resubmission before the due date and time. Vendor must complete and submit the IA Package Worksheet. A vendor who cannot open the IA 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 local Philadelphia time on the date listed for closing, per the QSL 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 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 Announcement. 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 quote 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 resulting 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 order for the government to highlight its products and encourage an 80% purchase velocity for the MHS in this product line. A vendor who does not provide discounts off DAPA in response to the IA Announcement will not be considered for continued participation.
  2. Vendor must submit the following information via IA 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.    CHEST DRAIN VALVES, ONE-WAY, BILATERAL CONICAL/TAPERED CONNECTORS / 15,137

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 Package Worksheet for all offered items. Only the base uncommitted prices should be loaded to DAPA at this time. Vendors must send either a screenshot or a direct export from DAPA to Excel file of their submitted DAPA Log or of the required items already on their existing DAPA. Screenshots or direct exports in Excel file 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 for the base uncommitted pricing. 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 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.
  • Only the gaining vendor should validate and submit the eLog generated for the IA tier into DAPA.  The Government will not consider those logged tier submissions submitted by other vendors.
  • The government estimates of annual demand in this IA announcement and the prior QSL announcement, including the item procurement numbers and dollar value totals associated with the IA, represent good faith estimates only based on historic usage. While the Government will do its best to promote IA products and to encourage customers to purchase 80% of the standardized items from the IA holder, the resulting agreement will not be a contract and will not constitute a guarantee of a specific volume of sales dollars.

RESPONSE INFORMATION:
Responses to this IA Announcement must be submitted via email to the MMESO Data Analyst, MMESO Team Lead, and DLA KO listed below.

Vendor questions regarding this IA Announcement are due no later than 5:00 pm local Philadelphia time 2 business days before solicitation closes. Vendor responses to this IA Announcement are due no later than 5:00 pm local Philadelphia time on 25 January 2024.


All vendor correspondence should be emailed to all of the following:

Mr. Daniel Burns
MMESO South Data Analyst Contractor
[email protected]


Mr. Moises Soto
MMESO South Team Leader Contractor
[email protected]

Ms. Tara Perrien
DLA Troop Support Medical Contracting Officer
[email protected]

The Contracting Officer will address any issues/questions pertaining to Incentive Agreements, TAA questions, and extension requests.

Similar Opportunities

Frederick Maryland 16 Aug 2024 at 4 AM (estimated)
Saint louis Missouri 25 Oct 2024 at 4 PM
Location Unknown 20 May 2024 at 4 AM
Location Unknown 21 May 2024 at 4 AM
Location Unknown 28 May 2024 at 4 AM

Similar Awards

Location Unknown 21 Jun 2016 at 5 AM
Utah 21 Jan 2022 at 2 PM
Location Unknown 10 Feb 2016 at 6 PM
Location Unknown 10 Feb 2016 at 6 PM
Location Unknown 03 Mar 2003 at 5 AM