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 should 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. In accordance with DFARS252.225-7021(2)(i), the Contracting Officer has determined that offers of U.S. made, qualifying country, or designated country end products from responsive, responsible offerors are currently not available for the procurement of Bandage Adhesive Non-Woven (Plastic). As a result of this determination, this sources sought notification allows TAA non-compliant submissions to meet product line requirements. The vendors must provide, at the item level, 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, and Number of eaches in Unit of Sale. 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 BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED / 4,577,055 /
6. Vendor must provide FDA approved Bandage Adhesive Non-Woven (Plastic) products and provide documentation to support this with initial submittal.
7. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that are NOT made with natural rubber latex, with a label on the packaging of each individual bandage indicating this and documentation to support this with initial submittal.
8. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are individually wrapped and documentation to support this with initial submittal.
9. Vendor must provide sterile Bandage Adhesive Non-Woven (Plastic) products which are labeled sterile on the packaging of each individual bandage and documentation to support this with initial submittal.
10. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that are available in a packaging of at least 50 bandages per box but no greater than 100 bandages per box and documentation to support this with initial submittal.
11. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are available with a unit of purchase of no more than 30 boxes per case and documentation to support this with initial submittal.
12. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adhesive side and the non-adherent pad attached to the adhesive side and documentation to support this with initial submittal.
13. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adherent pad in white or near white color, and documentation to support this with initial submittal.
14. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed with a non-adherent pad that is 0.5 inch to 1.0 inch long and documentation to support this with initial submittal.
15. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products which are designed in a tan, beige or taupe color and documentation to support this with initial submittal.
16. Vendor must provide Bandage Adhesive Non-Woven (Plastic) products that remain intact without tearing or pad separation during the application process.
17. Vendor must provide Bandage Adhesive Non-Woven (Plastic) that maintains uninterrupted adherence to skin surfaces for a period of four (4) hours.
Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 5.
Optional Items /
1. BANDAGE ADHESIVE NON-WOVEN 0.6 INCH WIDE BY 2.5 INCHES LONG PRINTED /
2. BANDAGE ADHESIVE NON-WOVEN 0.6 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED /
3. BANDAGE ADHESIVE NON-WOVEN 0.75 INCH BY 1.25 INCHES SPOT NON-PRINTED /
4. BANDAGE ADHESIVE NON-WOVEN 0.75 INCH BY 1.25 INCHES SPOT PRINTED /
5. BANDAGE ADHESIVE NON-WOVEN 0.75 INCH SPOT NON-PRINTED /
6. BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG PRINTED /
7. BANDAGE ADHESIVE NON-WOVEN 1.0 INCH WIDE BY 2.25 INCHES LONG PRINTED /
8. BANDAGE ADHESIVE NON-WOVEN 1.0 INCH TO 1.5 INCHES WIDE BY 1.0 INCH TO 3.0 INCHES LONG NON-PRINTED /
9. BANDAGE ADHESIVE NON-WOVEN 2.0 INCH TO 3.0 INCHES WIDE BY 3.0 INCHES TO 4.5 INCHES LONG NON-PRINTED /
10. BANDAGE ADHESIVE NON-WOVEN BOX OF ASSORTED SIZES PRINTED /
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, 30 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. One box (50-100 each) of the required items listed is 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 /
BANDAGE ADHESIVE NON-WOVEN 0.75 INCH TO 1.0 INCH WIDE BY 3.0 INCHES LONG NON-PRINTED /
There will be approximately 6 MTFs enterprise-wide that will be evaluating products.
Each evaluator will evaluate the vendor submissions in the Bandage Adhesive Non-Woven (Plastic) product line.
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 2017.
Points of Contact (POCs):
Mr. David Sheaffer, MMESO South Team Leader, [email protected], 210-536-6075; and Mr. Joe Winter, RN, MSN, MMESO South Clinical Analyst, [email protected], 210-536-6072. DLA Troop Support Medical Contracting Officer: Tara J. Perrien, [email protected] 215-737-8307.